Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2016 FBO #5496
SOURCES SOUGHT

J -- RQ-4B Global Hawk Repairable National Stock Number Sustainment Support - Repairable NSN listing - Package #2 - Contractor's Capability Statement

Notice Date
12/8/2016
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
RM17-RQ-4B-Repairable-NSN-Sustainment
 
Archive Date
2/15/2017
 
Point of Contact
Randy W. Miller, Phone: 4789265871
 
E-Mail Address
randy.miller.22@us.af.mil
(randy.miller.22@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Contractor's Capability Statement Sources Sought Synopsis Repairable NSN listing SOURCES SOUGHT SYNOPSIS RQ-4B Global Hawk Reparable National Stock Number Sustainment Support PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that may possess the expertise, capabilities, and experience necessary to meet the requirements for providing sustainment support for one or more of the reparable National Stock Numbers (NSNs) utilized on the RQ-4B Global Hawk (GH) as specified in attachment A. The Government has not yet determined the acquisition strategy for this requirement, including whether a small business set-aside strategy is applicable. The Air Force Sustainment Command (AFSC), Robins Air Force Base, Georgia, is currently assessing whether an individual award to a single source or multiple contract awards to individual sources, under sole-source or open competition as defined by Federal Acquisition Regulation (FAR) Part 6 would be viable. Sustainment support for this effort is defined as possessing the capability, expertise and experience necessary to repair one or more of the NSNs identified in attachment A. Repair support may be provided by acting as the repair sustainment integrator under a performance based concept for one or more NSNs in a prime/sub-contractor relationship and/or as the prime repair source for the same. In addition, the contractor may be selected to provide inventory control. AFSC and Air Force Life Cycle Management Center (AFLCMC), Wright Patterson Air Force Base, Global Hawk Program Office, are currently working to transition repair sustainment support for all reparable NSNs on the GH platform from AFLCMC to AFSC. In addition, AFLCMC is working towards establishing an organic capability within one of the Government depot facilities for repair of these same NSNs. The contemplated effort included within this SSS would provide sustainment support for the period from transition to organic activation or long term sustainment posture. Future contracting activities which support depot activation, partnering or, as a result of workload shifts remain outside Government depot repair sources, are not included within the contemplated contracting effort and may be solicited and awarded separately as the requirement develops. The Global Hawk Unmanned Aerial System (UAS) is a high altitude, long endurance Unmanned Air Vehicle (UAV) with integrated sensor systems and Ground Segment (GS) that provides Intelligence, Surveillance, and Reconnaissance (ISR) capabilities to joint warfighters. Northrop Grumman (NG), Rancho Bernardo, CA is currently the prime contractor for the development, manufacture, modernization and sustainment of the GH aircraft. NG has been the sole integrator for GH since inception and is currently providing all repair support as the prime contractor with sub-contractor support and maintain Contractor Inventory Control Points (C-ICPs) for the NSNs within this SSS. Future efforts may or may not include C-ICPs. Information is being collected from all potential sources at this time. Contractors interested in this effort in part or in whole must complete the attached capabilities survey and submit documentation which demonstrates their capability to provide for the stated requirements. All documentation including survey responses shall not to exceed 10 pages (8x11 page size, font ≥11) including the survey, recent, and relevant to this effort. Experience may be as a prime or sub-contractor in support of another Government or commercial contract which included a scope of effort that provides experience equivalent to the effort contemplated herein. Interested contractors will clearly explain how they intend to meet the stated requirements via teaming/subcontracting while maximizing opportunities for small business participation in accordance with FAR Part 19. Previous experience in teaming must be provided if the respondent identifies themselves as a potential integrator for multiple NSNs. Respondents shall indicate whether they are interested in either prime or subcontracting opportunities. Companies responding to this announcement should indicate whether they are: large or small business, small disadvantaged business, woman-owned small business, 8(a)-certified small business, service-disabled veteran-owned small business, veteran-owned small business, or historically underutilized business zone small business and the associated North American Industry Classification System Code (NAICS) applying this determination to. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded any DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in SAM. Respondents shall include their CAGE code, if possible. The capabilities of the contractor team must recognize that the acquisition strategy for the GH program's air vehicle, as well as the ground segment, did not include procuring drawings (detailed design data) or re-procurement (production) data. The only data the Air Force has procured as of this date are technical orders and operating manuals. The government does not own the data rights to the systems, nor will the depot maintenance technical order library be complete during the contracts' period of performance. Consequently, the contractor must possess a complete technical knowledge and understanding of the GH weapon system. If you cannot provide the required support without technical documentation, the contractor shall identify a rough order of magnitude (ROM) cost and time to produce technical data packages (TDP) in accordance with MIL-DTL-31000A or equivalent, or, in lieu of producing technical data, how the contractor has/will obtain rights to the necessary data to include any cost to the Government and the time associated with acquiring necessary rights to the data as necessary. For the purposes of the ROM, respondents should advise of any proprietary markings which would preclude the Government from future full and open competitive solicitations. The ROM shall not exceed 5 pages (8x11 page size, font ≥11) in addition to the survey response. The Government anticipates this acquisition will utilize procedures outlined in FAR Part 12-Acquisition of Commercial Items (as applicable) and FAR Part 15-Contracting by Negotiation. The contractor will be required to provide all necessary supplies, equipment, materials, services, facilities and personnel to complete this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/RM17-RQ-4B-Repairable-NSN-Sustainment/listing.html)
 
Place of Performance
Address: Robins AFB, Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN04346743-W 20161210/161208234206-1156004c2499590bab4ed65f21a6a3a6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.