Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
SOURCES SOUGHT

15 -- Request for Information (RFI) for Gray Eagle Performance Based Logistics (PBL) for Fiscal Years 2015-2017

Notice Date
9/29/2014
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-15-R-0001
 
Response Due
10/6/2014
 
Archive Date
11/28/2014
 
Point of Contact
Debra Wood, 256-313-4176
 
E-Mail Address
ACC-RSA - (Aviation)
(debra.wood@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY This RFI is issued solely for information and planning purposes and to identify interested sources. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Funding is not available at this time. This request for information does not commit the Government to contract for any supply or service. Further, the U.S. Army is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOps) website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. The information provided in the RFI is subject to change and is not binding on the Government. The U. S. Army has not made a commitment to procure any of the items discussed, and 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. All submissions become Government property and will not be returned. Additionally, responses may include data that the offeror does not want disclosed to the public for any purpose or used by the Government except for information purposes. If your company wishes to restrict the data, the title page must be marked with the following legend: Use and Disclosure of Data This response includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this response. This restriction does not limit the Government's right to use information contained in these data if they are obtained from another source without restriction. The data subject to this restriction are contained in Data Sheets [insert numbers or other identification of sheets]. Your company may also mark each sheet of data it wishes to restrict with the following legend: quote mark Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this response. quote mark DESCRIPTION: This is a follow-on requirement for the FY15-17 Gray Eagle Unmanned Aircraft System (UAS) product support contract. This effort was listed in the Competitive Advocates Shopping List (CASL) on 31 March 2014. The contract provides for logistics support, fleet sustainment operations, engineering change proposal (ECP) management for the aircraft, Universal Ground Control System (UGCS), and ground control equipment to include all hardware and software upgrades, delta new equipment training (NET) and technical manual updates to support both the operators and maintainers, expertise in the utilization of the Catalog Ordering Logistics Tracking System (COLTS), capability to provide and manage an Army warehouse for materials at the contractor location, depot support for the aircraft, UGCS, and ground control equipment, and Unit Level Readiness of Gray Eagle UAS both within the Contiguous United States (CONUS) and Outside Contiguous United States. The Government possesses an incomplete technical data package (TDP) and intends to award one contract. Potential responders must be able to provide the logistics capability to support both the baseline system configuration and the universal system configuration simultaneously during this period of performance. Potential responders must be able to maintain interoperability with the UAS Ground Control Stations, OSRVTs, Rovers, and Army Aviation Platforms. The requirements will remain consolidated due to system inclusion in the military intelligence program. Justification and Approval (J&A) History: J&A for the previous Gray Eagle PBL effort for FY 12-14 was approved and authorized on 6 September 2011 on an other than full and open competition basis, pursuant to the authority of Title 10 United States Code (U.S.C.) 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(iii). FAR clause 52.217-8, option to extend services, for a four month CLS period of performance, from 8 January 2012 through 7 May 2012 was awarded on modification P00045 to contract W58RGZ-09-C-0153 on 6 January 2012. J&A for the previous Contractor Logistics Support (CLS) effort for February 2011 to October 2011 was approved on 14 September 2010 on an other than full and open competition basis, pursuant to the authority of Title 10 U.S.C 2304(c)(1) and FAR 6.302-1(a)(2). J&A for the previous CLS effort for May 2010 to May 2011 was approved on 3 March 2010 on an other than full and open competition basis, pursuant to the authority of Title 10 U.S.C 2304(c)(1) and FAR 6.302-1(a)(2). Security Requirements: Responders must have a COMSEC account and must demonstrate the ability to maintain Defense Information Security Program Standards. Security requirements for the contract will be Secret facility and individual for selected personnel, Secret, Sensitive Compartmented Information, and Communications Security. Potential solutions sought shall have full National Security Agency (NSA) approved Type-1 and Advanced Encryption Standard (AES) level encryption capability. Responses: Interested parties are requested to respond to this RFI with a white paper describing responder's capabilities and potential material/services solution that meets criteria referenced in this document. The white paper shall not exceed 10 pages in length and responses are due no later than October 6, 2014; 5:00 PM CST. Contracts Points of Contact (POC): Ms. Debra Wood, Contracting Officer, debra.r.wood2.civ@mail.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after October 6, 2014 will be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2f4210b1d581ed7201a38262b31dcad5)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03535412-W 20141001/140930022152-2f4210b1d581ed7201a38262b31dcad5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.