Contractor-Owned, Contractor-Operated Aircraft (manned/unmanned) for Intelligence, Surveillance & Reconnaissance Services
REQUEST FOR INFORMATION Contractor-Owned, Contractor-Operated Aircraft (manned/unmanned) for Intelligence, Surveillance & Reconnaissance Services Pursuant to Federal Acquisition Regulation (FAR) Part ... REQUEST FOR INFORMATION Contractor-Owned, Contractor-Operated Aircraft (manned/unmanned) for Intelligence, Surveillance & Reconnaissance Services Pursuant to Federal Acquisition Regulation (FAR) Part 52.215-3, Request for Information (RFI) or Solicitation for Planning Purposes, the Department of Homeland Security (DHS), Customs and Border Protection (CBP) is conducting market research. The purpose of the market research is to identify potential Industry sources that have the capability to provide Contractor-Owned, Contractor-Operated (COCO) Aircraft (manned/unmanned) to conduct Intelligence, Surveillance & Reconnaissance (ISR) Services in support of designated law enforcement operations conducted by CBP Air and Marine Operations. This RFI is for planning and market research purposes only, and should not be considered as a Request For Proposal (RFP), or as a solicitation to do business with the Government. There is no solicitation package available at this time. Background This announcement serves as a Sources Sought/RFI issued for the purpose of market research in accordance with FAR Part 10. This RFI allows potential contractors to submit a non-binding statement of interest and documentation demonstrating their corporate capabilities and suggestions that will allow the Government to refine its potential course of action. This RFI effort is to assess industry capability and capacity to provide Contractor-Owned, Contractor-Operated Aircraft (manned/unmanned) to conduct ISR Services in support of designated law enforcement operations conducted by CBP Air & Marine Operations. CBP is performing market research in order to determine the availability of firms that possess the capability, capacity and experience to execute the requirements as described herein. This announcement has two purposes: (1) to obtain expressions of interest from firms with demonstrated experience, capacity and performance at the prime contractor level, and (2) to gauge the capability of those interested firms or teams as viable contenders at the prime contractor level. No proposals are being requested or accepted in response to this RFI. This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any preparation costs. Requirement The anticipated formal solicitation is for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract with a maximum value of $250M, over a five-year ordering period. The contract type(s) will likely consist of Time and Material (T&M), labor hour, firm fixed price, and cost plus fixed fee. CBP anticipates awarding contracts to no more than two firms. The evaluation criteria includes, but is not limited to direct, recent or current, experience providing similar services, including working with other Government offices on similar ISR efforts. This RFI/Sources Sought is NOT a request for proposals, nor does it restrict the Government as to the ultimate acquisition approach. CBP invites any size business concerns with the required experience to provide a capability statement in response to this RFI/Sources Sought. There is a potential need to acquire specialized contractor services with demonstrated capability to provide near-continuous Intelligence, Surveillance and Reconnaissance Services in support of designated CBP law enforcement operations. The scope of the IDIQ is to provide ISR Services in CBP designated operation areas. The contractor provided services would be required for a period of 24 hours a day for five (5) continuous days (24x5) over the designated operation area - approximately 6000 scheduled flight hours annually. Once established, CBP anticipates the 24x5 services will continue to operate over the course of the period of performance. The contractor will be expected to provide qualified personnel capable of conducting all phases of flight operations in support of providing the ISR services as well as programmatic oversight services. CBP will be responsible for developing the technical interface between the contractor collected data and imagery. The contractor will be responsible to employ a range of technology and sensors to provide CBP with the real-time data and imagery in a CBP identified format. ISR Services COCO operations in designated operations areas Airborne data acquisition to meet specific law enforcement objectives Complete aviation support package offering full staffing Complete project and logistics management, including staffing and maintenance Tailored mission reporting •· Pilots, technicians and mechanics who can clear a DHS background investigation. Operational Requirements Long-range, persistent Remote Sensing and Intelligence, Surveillance, and Reconnaissance (ISR) capability Versatile configuration flexibility Flexible Reconnaissance, Surveillance, and Target Acquisition with passive and active sensors High transit speed (240 kts) and efficient loiter speed (120 kts) Altitude flexibility - surface to 25,000 feet Government Furnished Equipment All COCO conducted operations will operate pursuant to Department of Transportation, Federal Aviation Administration, Advisory Circular No: 00-1.1B, Public Aircraft Operations-Manned and Unmanned, December 9/21/2018 Federal Aviation Administration (FAA) Certificate of Waiver or Authorization (COA) in support of CBP UAS operations Hangar and required infrastructure at designated Government site/air station/field to conduct flight operations Applicable operating insurance regarding Government liability Fuel Technical capability to support ISR data dissemination / exploitation Contractor Response CBP is requesting interested sources to provide sufficient information that demonstrates recent experience (within the last three (3) years) providing these services. CBP requests interested sources to submit a brief Summary of Demonstrated Capabilities; the Summary is limited to five (5) pages. The response shall include previous scenarios, examples of past projects and deliverables that demonstrate experience and success in providing similar services. Responses to this notice shall include the following administrative data: •1. Contractor name, address, contacts, phone number, e-mail address, and CAGE code. •2. Contractor notification of interest when/if issued in proposing as a prime contractor, subcontractor, or both. •3. Contractor profile to include number of employees, annual revenue history for last 3 years, office locations, DUNS number, company size (small or large) in relation to the proposed NAICS, etc. Identification of small business type (i.e., SDB, SDVOSB, 8(a), etc.). •4. E-mail should include the following subject line: Contractor Name - Summary of Demonstrated Capabilities for ISR Services Interested contractors should include answers to the following questions/requests: •1. Describe contractor capability to manage a broad IDIQ contract covering the services sought. A strong, efficient management approach is of the utmost importance when serving as the prime vendor on a task order IDIQ contract. •2. Describe contractor core competencies to provide Contractor-Owned, Contractor-Operated Aircraft (manned/unmanned) for ISR services. •3. Describe contractor ability to phase-in and phase-out services within a period of performance. •4. Link to the contractor's General Service Administration (GSA) schedule, or attached file of the same, if applicable. •5. Commercial labor categories and rates used by contractor for similar services. •6. Other material relevant to establishing contractor's core competencies. The information provided in the RFI is subject to change and does not bind the Government. Interested sources are discouraged from submitting commercial literature in response to this RFI. Any submissions of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal RFP. Proprietary information is neither sought nor desired by CBP. If proprietary information is submitted, it must clearly be marked "proprietary" on every sheet containing such information and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). Respondents are responsible for adequately marking proprietary information contained in their response. Do not send any classified information. All described services are non-personal in nature. Additionally, the contractor will not perform Inherently Governmental functions. The anticipated North American Industry Classification System Codes (NAICS) for these services: 488190 - Other Support Activities for Air Transportation, and/or 541990 - Professional, Scientific, and Technical Services. Contractor response should identify contractor business size (large or small) in relation to this NAICS Code(s). Small Business Participation CBP is committed to providing small businesses with maximum practicable opportunities to participate in CBP prime contracts and subcontracts. RESPONSES ARE DUE NO LATER THAN APRIL 12, 2019, 12:00 PM, EST. Submit your response to: BRENDA.MEALER@cbp.dhs.gov Note CBP has not made a commitment to procure any of the services discussed, and the release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. CBP will not pay for information or comments provided and will not recognize any costs associated with submission of comments. All submissions become Government property and will not be returned. THIS IS NOT A FORMAL SOLICITATION. ISSUANCE OF THIS NOTICE DOES NOT CONSTITUTE ANY OBLIGATION ON THE PART OF THE GOVERNMENT TO PROCURE THESE SERVICES OR TO ISSUE A SOLICITATION. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. THE GOVERNMENT WILL NOT PAY FOR INFORMATION SUBMITTED IN RESPONSE TO THE RFI AND RESPONSES TO THIS NOTICE CANNOT BE ACCEPTED AS OFFERS. ANY INFORMATION THE CONTRACTOR CONSIDERS PROPRIETARY SHOULD BE CLEARLY MARKED AS SUCH. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS RFI IS STRICTLY VOLUNTARY.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »