Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2017 FBO #5871
SOURCES SOUGHT

A -- Joint System Integration Laboratory Division Research, Development, Integration, Experimentation, Test and Evaluation and Operation of Contractor UAS Systems and Subsystems

Notice Date
12/18/2017
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q18R0046
 
Archive Date
1/13/2018
 
Point of Contact
Adelaide Stone, Phone: 256-842-5151, Judson T. Alexander, Phone: 256-955-7788
 
E-Mail Address
adelaide.e.stone.civ@mail.mil, judson.t.alexander.civ@mail.mil
(adelaide.e.stone.civ@mail.mil, judson.t.alexander.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice serves as market research in accordance with FAR Part 10. Responses to this notice will be used as part of the information gathered as market research that will be used to develop the acquisition strategy to satisfy this potential requirement. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. 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 on the Federal Business Opportunities site (FedBizOpps). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The US Army Contracting Command-Redstone (ACC-R) is exploring options for Contractor performance of General Atomics Aeronautical Systems, Incorporated (GA-ASI) Unmanned Aircraft Systems (UAS) engineering and technical services in order to support the Aviation and Missile Research, Development and Engineering Center Software Engineering Directorate's Joint System Integration Laboratory (JSIL) Division with research, development, integration, experimentation, test, evaluation and operational CONUS and OCONUS deployments of contractor UAS systems and subsystems. The JSIL Division is responsible to Service and Joint customers to further develop, refine, evaluate and integrate Intelligence, Surveillance and Reconnaissance (ISR) technologies, platforms and payloads with the potential of improving the Warfighting Command, Control, Communications and Intelligence (C3I) capabilities of ISR and weapon systems. Aside from sensor payloads, ISR payloads are also construed to include lethal payloads deployable from or with the ISR platform. The JSIL Division conducts development, experimentation, integration and testing of systems, capabilities and architectures beyond the boundaries of the typical UAS system. These activities include the integration of unmanned ground systems, unmanned combat air vehicles and the integration of manned and unmanned systems and architectures. Performance of the contractor under the existing performance work statement will include engineering and technical services that will also support the spectrum of contractor furnished UAS systems and architectures. The proposed action is an extension of an existing contract, W31P4Q-15-D-0003, through the increase of existing Ordering Period 3 and the addition of two new ordering periods 4 and 5. This contract was originally established to provide this capability for the family of General Atomics UAS Group 5 equipment including Gray Eagle, Predator and Reaper UAS Systems. This urgent effort consists primarily of potentially multiple unit OCONUS deployments of U.S. contractor owned and operated Group 5 UASs, including airborne and ground-based equipment and operational contractor personnel in support of Combatant Commander Intelligence, Surveillance and Reconnaissance (ISR) and other warfighting technical requirements. Engineering and technical services will range from concept exploration through specification formation, development, test, integration, training, fielding, operational employment, evaluation and sustainment. A Contractor would furnish the necessary U.S. Group 5 UAS personnel, material, equipment, to include leased contractor owned Group 5 UAS equipment, services, and facilities to perform the following services. The contractor will perform engineering and technical services required to support JSIL Division and JSIL customers in the development, integration and operational employment of Class 5 UAS capabilities to include modeling, simulation and training systems and modules in support of systems, processes, capabilities and integrated joint, component and allied tactics, techniques and procedures. The contractor shall provide leased U.S. contractor owned/contractor operated Group 5 UAS equipment, primarily in OCONUS locations worldwide and the engineering and technical services required to install, operate, disseminate payload products, maintain, and integrate new technical capabilities in a fluid operational threat environment. The U.S. Group 5 UAS systems are required for the purposes of accomplishing and demonstrating required operational technical objectives at both CONUS and OCONUS sites. The required period of performance is 30 months with performance up to the Top Secret/Sensitive Compartmented Information level. ACC-R is seeking the following information: 1. Respondents that are immediately capable of providing U.S. contractor owned, contractor operated U.S. Group 5 weapons capable UAS airborne and ground support equipment, with engineering and technical services necessary to support rapid technology integration of existing and emerging technical capabilities to meet evolving operational requirements. Respondents should provide: a. A schedule of their existing and emerging U.S. Group 5 UASs that are capable of OCONUS deployment within the next 30, 60, 90, 120, 150 and 180 days to include identification of the aircraft serial/tail numbers. This equipment must be capable of being immediately supported within this schedule by the necessary U.S. contractor UAS flight and ground operations personnel required to perform extensive flight operations responsive to the Combatant Commander's evolving mission requirements. b. Certification that the contractor has previously integrated and successfully demonstrated other U.S. contractor and U.S. Government sensor, weapon and communications equipment on their currently available U.S. contractor owned, contractor operated Group 5 UASs that will support immediate OCONUS deployments. In order to meet the urgent OCONUS support requirements, the contractor must have established subcontract relationships required to support flight operations, including access to effective Satellite Communications (SATCOM) equipment. c. The contractor certification will address their current U.S. Group 5 UAS interoperability with U.S. Intelligence system supporting Processing, Exploitation and Dissemination (PED) support. 2. Respondents that are immediately capable of providing engineering and technical services to perform modification to Gray Eagle and Reaper UAS systems baselines involving development, integration, ground/flight test, baseline modification, and fielding support. This includes the development and qualification Engineering Change Proposals (ECPs) necessary for improvements and sustainment of the system baseline. a. Certification that the contractor possesses access to the General Atomics Gray Eagle UAS and Reaper UAS airborne and ground based tactical baseline source code and associated development/integration tools and has the requisite technical knowledge and expertise required to immediately and extensively modify this source code and to support its system integration and test required for a return to a fully qualified UAS capable of conducting deployed flight operations. This certification will include all necessary Information Assurance and Safety of Flight certifications. b. Certification that the contractor possesses access to the General Atomics Gray Eagle UAS and Reaper UAS Technical Data Packages (TDPs) to include detailed hardware design documentation, interface control documents (ICDs), full Bill of Materials (BOM), and the capability and expertise required to immediately and extensively produce/modify major system components. This certification will include all necessary Information Assurance and Safety of Flight certifications. c. Certification that the contractor possesses access to high fidelity Air Vehicle Simulations of the Gray Eagle and Reaper UAS systems incorporating tactical Operational Flight Program (OFP) software in the loop operations which provide the fidelity required to perform systems qualification testing and pilot qualification training support of all AV system interfaces, system Warnings, Cautions, and Failures (WCAs), and simulating AV internal systems/components. The contractor must demonstrate the requisite technical knowledge and expertise required to immediately and extensively modify this simulations as required to maintain currency with operational system performance changes. The contractor must maintain a capability for payload, pod, and weapon integration at JSIL in order an off-axis integration capability. The response must be submitted on white papers in Microsoft Word for Office 2000 compatible format and shall be limited to 10 pages based on Font: Arial, Font Size: 12. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To assist the Government's efforts, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. All material submitted in response to this RFI must be unclassified and properly marked. The Government reserves the right to request further clarification to enhance our understanding of the respondent's submittal. Due to the urgency of this requirement, the response date for this market research is December 29, 2017, 4:00 pm CST. All questions and industry responses to this RFI shall be submitted via e-mail to Army Contracting Command-Redstone, Judson Alexander-Contracting Officer, at judson.t.alexander.civ@mail.mil and Adelaide Stone-Senior Contract Specialist, at adelaide.e.stone.civ@mail.mil. No telephone requests will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e20af5e2f257a018ab8f147c20c64711)
 
Place of Performance
Address: AMRDEC, JSIL, Building 6263, Redstone Arsenal, AL, 35898-5260 US, Other CONUS and OCONUS locations, Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04769557-W 20171220/171218230924-e20af5e2f257a018ab8f147c20c64711 (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.