1.0 Introduction
This Sources Sought is a Request for Information (RFI) for market survey purposes only to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a Solicitation. All Small Business Set-Aside categories will be considered. This is not a solicitation for proposals and no contract shall be awarded from this announcement.
The purpose of this announcement is for Market Research only and is in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10 and is being issued IAW FAR subpart 15.201(e). No reimbursement shall be made for any costs associated with providing information in response to this announcement or any follow up information requests. Nothing shall be construed herein or through this market research process to commit or obligate the Government to take further action as a result of this research. Any resulting contract will require, at a minimum, Secret level security clearances with Top Secret and Sensitive Compartmented Information (SCI) for some contractor personnel and facility access at the time of contract award.
2.0 Place of Performance
- Marine Unmanned Aerial Vehicle Squadron 1 (VMU-1) (CONUS), Yuma, AZ
- VMU-1 Remote Split Operations (RSO) (OCONUS)
- VMU-2/T (CONUS), Cherry Point, NC
- VMU-3 Remote Split Operations (OCONUS), Kaneohe, HI
- VMX-1 (CONUS) Yuma, AZ
- Remote Split Operation Sites in United States Indo-Pacific Command (USINDOPACOM) (OCONUS)
3.0 Program Description
The United States Marine Corps (USMC) directed PMA-266 to field MQ-9As to support Intelligence, Surveillance, and Reconnaissance (ISR) services. MQ-9A aircraft are equipped with Electro-Optical/Infrared, Synthetic Aperture RADAR (SAR) ISR sensors, and Video –Oriented Transceiver for Exchange of Information (VORTEX) and are deployed at remote locations Outside the Continental United States (OCONUS). This requirement is for the procurement of aircrews and Contractor Logistics Support (CLS) on the MQ-9A system which is a USMC unique configuration remotely piloted aircraft system. A fully operational system consists of the MQ-9A Block 5 air vehicle, USMC unique payloads and mission systems, Ground Support Equipment (GSE), and Ground Control Stations (GCS). A GCS may be a Dual Control Mobile Ground Control Station (DCMGCS), Mobile Ground Control Station (MGCS), Fixed Ground Control Station (FGCS), or some combination thereof.
The fully operational system will be split into two elements: a Mission Control Element (MCE) to execute the mission, and a Launch and Recovery Element (LRE) to launch, recover, and maintain the air vehicle. The USMC Operations Center (OPSCENT) is an information distribution system that integrates communication, navigation, ISR and identification capabilities.
This contractor will be required to provide fully trained, licensed, and qualified MCE and LRE aircrew (pilots and sensor operators) inside and outside the continental US. The prime contractor will need to establish working relationships with the Original Equipment Manufacturer (OEM) to access all required data to fulfill the requirements to support the entire USMC MQ-9A fleet of systems for the airframe, engines, propellers, accessories, GCS, and systems except for the Multi-Spectral Targeting System (MTS) DAS-4 Electro Optical/Infrared sensor system used on the MQ-9. The scope of the CLS services is predominantly Organizational Level (O-level) maintenance for the aircraft, aircraft subsystems, GCS, network connections, and related equipment at sites both inside and outside the continental US. It also includes organizational, intermediate and depot level maintenance for support equipment, and other ground equipment and perform supply support functions in direct support of O-level ground and flight operations.
4.0 Delivery Period
The anticipated period of performance will be between 3 and 5 years with an estimated contract award of October 2026 to allow for a 60-day transition period.
5.0 Requested Information
5.1 General
- Source Sought notice number for which you are responding.
- Company Name; Company Address; CAGE Code; and Points-of-Contact (Primary and Secondary) name, phone number, fax number, and e-mail address;
- Company profile to include number of employees, annual revenue history, office location(s), business size, and a statement regarding current small/large business size status;
- Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the product/services described herein;
- If qualifying as a small business, provide an explanation of your company’s ability to perform at least 50% of the tasking described herein within the period of performance.
5.2 Site Maintenance
- Describe your company's ability to begin performance upon contract award without the requirement for additional negotiations or contract awards to procure rights to start performance for any resultant effort.
- Describe your companies experience performing maintenance on Group 5 UAS aircraft and subsystems that do not have approved technical publications. What data would you require to perform Organizational-level maintenance?
- Describe your company’s experience performing maintenance on USMC aircraft and subsystems. What data would you require to perform Organizational and Intermediate-level maintenance?
- Describe your company’s experience sustaining a Government provided Authority to Connect (ATC), Authority to Operate (ATO), Interim Authority to Test (IATT), or other accreditation allowing connection to and usage of a DoD network.
- Describe your company’s experience sustaining the cyber posture of a DoD accredited system.
5.3 Airworthiness
- Describe your company’s experience maintaining an airworthiness certification. Has your company ever directly obtained or supported a NAVAIR issued Flight Clearance?
5.4 Aircrew
- Describe your company’s experience training, certifying, and providing aircrew certified to operate DoD systems.
5.5 Support to Engineering
- Describe your company’s experience supporting or leading mishap investigations on Government systems.
- Describe your company’s experience supporting or leading engineering investigations on Government systems.
- Describe your company’s experience supporting Government Configuration Management (CM) processes. Has your company conducted or supported a NAVAIR Engineering Change Proposal (ECP)?
5.6 Supply Support
- What experience and capabilities does your company have in providing supply support for the MQ-9A Reaper or similar aircraft?
- For any of the services performed Outside the Continental United States(OCONUS), provide contract numbers which demonstrate :
- Complying with a Status of Forces Agreements (SOFA);
- Handling customs and clearance processes;
- Handling export controlled items, specifically Packaging, Handling, Storage & Transportation (PHS&T) issues to include hazardous materials and MILSTRIP processes;
- Managing personnel at overseas locations;
6.0 Responses
Interested parties are requested to respond to this Sources Sought with a white paper. White papers shall be submitted in Microsoft Word, Times New Roman 12 font, and are due no later than 22 April 2025, 4:00pm EST. White papers shall be submitted via e-mail only to tiffany.a.horty.civ@us.navy.mil.
The number of pages in Section 1 of the white paper shall not be included in the 20-page limitation, i.e., the 20-page limitation applies only to Section 2 of the white paper. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum:
- Name, mailing address, phone number, and e-mail of designated point of contact.
- Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 488190 – Other Support Activities for Air Transportation. “Small Business Concern” means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards.
- Section 2 of the white paper shall answer the questions raised in Section 5.0 of this Sources Sought and shall be limited to 20 pages.
6.1 Document Marking
If respondent believes that a complete response would require inclusion of proprietary information, please notify the Government POC immediately. All proprietary or corporate data received shall be clearly identified and will be protected from release to sources outside the Government. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. However, classified data should not be provided. Summary papers failing to comply with the above instructions or containing impertinent information may not be reviewed. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.
7.0 Summary
This is NOT a request for proposal. This announcement constitutes a Sources Sought only. Information provided herein is subject to change and in no way binds the Government to solicit proposals or award a contract. If a draft and/or solicitation are released, it will be synopsized on https://beta.sam.gov. It is the potential offer’s responsibility to monitor the site for the release of any follow-on information. No phone or email solicitation with regard to the status of the RFI will be accepted.
8.0 Disclaimer
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALLNOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES INANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATIONTO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS AREAVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
9.0 Contract Information
Contracting Office Address
NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
PATUXENT RIVER, MD 20670-5000
USA
Questions regarding this announcement shall be submitted to the Government point of contact identified herein.
Primary Point of Contact:
Tiffany Horty
Contract Specialist tiffany.a.horty.civ@us.navy.mil
Secondary Point of Contact:
Kristina Johnson
Contracting Officer
PCO: Kristina.m.johnson79.civ@us.navy.mil