CBP AMO MQ-9 Predator B/Guardian Unmanned Aircraft Systems Maintenance and Operational Support Experience and Capabilities

expired opportunity(Expired)
From: Federal Government(Federal)
2020RFIUASMOS

Basic Details

started - 19 Aug, 2020 (about 3 years ago)

Start Date

19 Aug, 2020 (about 3 years ago)
due - 04 Sep, 2020 (about 3 years ago)

Due Date

04 Sep, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
2020RFIUASMOS

Identifier

2020RFIUASMOS
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34384)US CUSTOMS AND BORDER PROTECTION (2170)AIR AND MARINE CONTRACTING DIVISION (171)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This is an RFI released pursuant to FAR 15.201(e). This RFI is issued solely for information, planning purposes and market research only; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP or Broad Area Announcement (BAA). This RFI does not commit the Government to contract for any supply or service. CBP is not at this time seeking proposals. Responders are advised that the U.S. Government will not pay any cost 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 or BAA. If a solicitation is released, it will be via the Federal Business Opportunities website (http://www.fedbizopps.gov). It is the responsibility of the potential offerors to monitor this website for any information that
may pertain to this RFI. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government and will not be returned. INTRODUCTIONThe U.S. Customs and Border Protection (CBP) Air and Marine Operations (AMO) mission is to safeguard our nation by anticipating and confronting security threats through our aviation and maritime law enforcement expertise, innovative capabilities, and partnerships at the border and beyond.​ AMO applies advanced aeronautical and maritime capabilities and employs its unique skill sets to support the overarching Department of Homeland Security (DHS) strategic goal of preserving America's security interests. As part of the larger CBP fixed- and rotary-wing aircraft fleet, CBP operates the General Atomics – Aeronautical Systems, Inc. (GA-ASI) MQ-9 Predator B/Guardian Unmanned Aircraft System. GA-ASI is the Original Equipment Manufacturer (OEM) for the MQ-9. The MQ-9 UAS directly supports the specific strategic goals and missions from the DHS Quadrennial Homeland Security Review, as well as AMO’s Vision and Strategy 2030.CBP UAS support a broad range of DHS mission scenarios and environments along and across terrestrial and maritime environments on the borders of the United States, using a variety of sensors.  The CBP UAS currently augments crewed air and ground interdiction agents deployed on the Southwest and Northern Border and complements crewed air and maritime assets and ground interdiction agents on the Northern Border and in the Southeast Border Region.  Expeditionary deployments outside these areas may be required to support other DHS missions, to include operations outside of the United States. CBP UAS currently operate from the National Air Security Operations Centers (NASOCs) and/or at Forward Operating Locations (FOLs). REQUESTCBP is seeking to identify potential Vendor sources for MQ-9 Predator B/Guardian UAS operational and maintenance support services. As prescribed in FAR 15.209(c), the Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in FAR subsection 31.205-18, Bid and proposal costs. Although “proposal” and “offeror” are used in this Request for Information, your response will be treated as information only.  It shall not be used as a proposal.  This solicitation is issued for the purpose of conducting market research.The qualifying NAICS code for this effort is NAICS 488190 – Other Support Activities for Air Transportation.Responses to this RFI must at a minimum be able to describe your company’s capabilities, experience, and provide a brief synopsis of your ability to meet the requirements described herein. UAS MQ-9 PREDATOR B/GUARDIAN SYSTEM DESCRIPTIONThe CBP AMO UAS consists of one or more MQ-9 unmanned aircraft (UA), a ground control station (GCS), a C band line-of-sight (LOS) ground data terminal, a Ku band beyond-line-of-sight (BLOS) broadband satellite system, a backup narrowband Inmarsat satellite communications (SATCOM) terminal, and support equipment.The MQ-9 UA is a long-endurance, medium-altitude aircraft designed to support a variety of missions carrying various payloads. It is a mid-wing monoplane with a slender fuselage, high-aspect-ratio wing, V-empennage, ventral fin, and rudder. It has retractable tricycle landing gear and is powered by a rear-mounted turboprop engine, driving a three-blade, variable-pitch propeller. AMO also operates the maritime variant MQ-9 Guardian.   A pilot located in the GCS controls the UA. A daylight color TV (DTV), low light (Image Intensified) TV, and a mid-wave Infrared (IR) turret system that can be aligned with the aircraft’s longitudinal axis as well as a nose mounted color camera provide the pilot with a visual reference for control of the UA. The GCS transmits control commands to the UA by a ground-based data link terminal. The GCS incorporates workstations that allow pilots, sensor operators, and electronics technicians to plan missions, control and monitor the UA and its sensors, and exploit received sensor data. The Ku-band SATCOM system provides BLOS and redundant LOS control of the aircraft via satellite and enhances the voice/data communication capabilities of the GCS.THE GOVERNMENT DOES NOT POSSESS AN UNLIMITED RIGHTS LICENSE PERTAINING TO GA-ASI MQ-9 PREDATOR B/GUARDIAN PROPRIETARY TECHNICAL DATA AND COMPUTER SOFTWARE Due to the proprietary nature of the GA-ASI MQ-9 Predator B/Guardian UAS, the Government only has limited data rights as it relates to the program management, operations, and sustainment of the MQ-9 UAS.Any potential award for UAS operational and maintenance support services can in no way significantly reduce system availability due to unfamiliarity with the GA-ASI MQ-9 system.  This includes lack of specialized tooling to maintain or repair MQ-9 UAS components, as an inability to meet necessary flight hour rates would appreciably impact national security through decreased interdictions of transnational criminal activity and increased risk to CBP ground units (e.g., Border Patrol agents), due to lack of overhead surveillance support. Additionally, any potential contract support must be able to surge to enable focused operations in land or maritime domains as required to meet national security and disaster response requirements. Any potential contract support must also comply with Federal Aviation Administration (FAA) MQ-9 UAS Certificate of Authorization (COA) requirements and not jeopardize current AMO COAs.THE GOVERNMENT DOES NOT HAVE AN UNLIMITED RIGHTS LICENSE PERTAINING TO GA-ASI PROPRIETARY TECHNICAL DATA AND COMPUTER SOFTWARE TO SUPPORT OPERATIONAL AND MAINTENANCE SERVICES, NOR DOES IT INTEND TO PROCURE ONE. OBTAINING THE REQUIRED LICENSE TO PERFORM OPERATIONAL AND MAINTENANCE SERVICES IS AT THE CONTRACTOR’S EXPENSE. THE GOVERNMENT DOES NOT HAVE FUNDING TO REIMBURSE A VENDOR FOR A LICENSE TO PERFORM UAS OPERATIONAL AND MAINTENANCE SERVICES.RESPONSESCBP is seeking feedback on the RFI for MQ-9 Predator B/Guardian Operational and Maintenance Support Experience and information to determine industry interest and capabilities to submit competitive proposals for a follow-on UAS operational and maintenance support services contract.In addition to descriptions of technical capabilities and past experience supporting the maintenance and operation of UAS in general and MQ-9 systems in particular, quantification of fleet size supported, operations tempo sustained, repair/supply activities provided, and/or impacts to mission achievement is desirable.As part of the response to this RFI please address the following items:Section 1: Interest and Capabilities:Vendor’s interest in providing MQ-9 Predator B/Guardian UAS operational and maintenance services.Vendor’s capability to provide MQ-9 Predator B/Guardian UAS operational and maintenance services in accordance with OEM maintenance plans and procedures, as amended by the Government.Vendor’s capability to provide UAS line maintenance.Vendor’s capability to perform UAS launch and recovery services.Vendor’s capability to perform in-depth UAS troubleshooting and diagnostic services.Vendor’s capability to perform UAS scheduled and/or unscheduled maintenance.Vendor’s capability to perform power plant and component repair and inspection.Vendor’s capability to conduct Aircraft Conditional Inspection.Vendor’s capability to provide Quality Assurance.Vendor’s capability to conduct UAS operations in accordance with FAA prescribed safety practices.Vendor’s capability to perform on-site and off-site/detachment operational and maintenance services.Vendor’s capability to perform Daily/Turnaround inspections during aircraft launch and recovery operations.Vendor’s capability to perform UAS structural repairs and modifications.Vendor’s capability to provide written documentation of all work performed and submit all documentation in both electronic and hard copy format in accordance with applicable requirements from OEM and Government agencies.Vendor’s capability to provide effective and efficient UAS-specific engineering services.Vendor’s capabilities to conduct aircraft modifications and mission system integration.Vendor’s capabilities to provide effective and efficient supply and logistical support services for UAS operations.Section 2: UAS Operational Support ExperienceVendor’s experience supporting the maintenance and operation of CBP’s UAS MQ-9 Predator B/Guardian UAS program. Vendor’s experience supporting the maintenance and operation of MQ-9 Predator B/Guardian UAS for other Government agencies.Vendor’s experience supporting the maintenance and operation of UAS for other Government agencies.Vendor’s experience providing 24 hours per day, 7 days per week systems support availability.Vendor’s experience providing 24 hours per day, 7 days per week program management support availability.Vendor’s experience simultaneously supporting UAS launch and recovery flight operations at multiple operating sites.Vendor’s experience supporting emergency operations or deployments to support disaster recovery, humanitarian aid, deterrence, other law enforcement agency support or new and/or emerging requirements.Vendor’s experience and knowledge of CBP flight planning documents, Federal Aviation Administration issued COAs supporting UAS operations, CBP AMO and Department of Defense (DOD) Letters of Procedure (LOP), the U.S. Customs and Border Protection Air and Marine Operations Aviation Operators Handbook (AOH), licensing, training, and follow-on qualifications necessary to support safe, efficient flight operations in the U.S. National Airspace System.Vendor’s experience providing ground support personnel who are responsible for all MQ-9 Predator B/Guardian UAS preflight and post-flight inspections, maintenance, and servicing.Vendor’s experience providing deployment planning support for contiguous United States (CONUS) and outside CONUS (OCONUS) operations.Describe Vendor experience complying with US Government and foreign government export control laws to facilitate OCONUS deployments.Describe Vendor experience for logistical planning, preparation, and deployment support for CONUS and OCONUS deployments. Describe Vendor experience supporting CONUS/OCONUS deployments for greater than 30-days, sustaining a 5x24 hour flight duty day operations tempo or greater.Vendor’s experience working with Government designated CBP Mission Support representatives at UAS operational and deployment sites.Vendor’s experience working with Government designated representatives at UAS operational and deployment sites.Vendor’s experience coordinating with the OEM to provide program, technical, sustainment, field support, manufacturing, inventory management, and engineering liaison management.Vendor’s experience for program management responsibilities to include program costs, schedule, and overall performance.Vendor’s limitations concerning operational services.Section 3: UAS Air Vehicle Flight Line and Maintenance Support ExperienceVendor’s experience maintaining the MQ-9 Predator B/Guardian UAS to CBP’s current airworthiness standards and operating restrictions.Vendor’s experience maintaining the MQ-9 Predator B/Guardian to other government operator’s airworthiness standards and operating restrictions.Vendor’s experience providing trained, qualified, and current flight line and maintenance support personnel to enable the MQ-9 Predator B/Guardian UAS System to accomplish required flight operations.Include information related to flight line activities in direct support of UAS launch, recovery, and maintenance support of the UAS before and after flight.Discuss Vendor’s approach for compliance with all applicable flight planning documents, certifications, Standard Operating Procedures (SOPs), licensing, training, and follow-on qualifications necessary to provide support of safe, efficient flight operations in the U.S. National Airspace System. Describe Vendor’s experience supporting UAS flight operations with personnel who are trained, qualified, and current in MQ-9 Predator B/Guardian UAS operations.Describe Vendor’s experience performing activities that support operations and maintenance of launch and recovery element (LRE) and mission control element (MCE) equipment.Describe Vendor’s experience performing activities that support operations and maintenance of satellite communications and/or satellite command and control systems and equipment.Vendor’s experience preparing UAS for scheduled missions in accordance with the flight schedule and direction from the designated Government representatives concerning payload, planned hours of flight, and planned area of operations.Discuss Vendor’s experience regarding preparation for flight pertaining to all preflight, mission data loading and quality assurance/safety procedures.Discuss Vendor’s experience with positioning the UA to a predetermined preflight area where all final flight checks are performed.Discuss Vendor’s experience regarding UA launch and recovery, performing all quality assurance/safety functions, returning the UA to its hangar, and performing through-flight/post-flight inspections.Vendor’s experience for conducting training to support flight line activities.Describe Vendor’s MQ-9 Predator B/Guardian UAS maintenance experience according to the requirements stated in the performance specification using personnel who are trained, qualified, and current in UAS maintenance procedures. Maintenance personnel may include, but are not limited to, the following positions and responsibilities: UA airframe and power plant mechanic; UA payload/avionics technician; GCS technician; ground support equipment technician; and associated safety and quality assurance personnel.Vendor’s MQ-9 Predator B/Guardian UAS maintenance experience in accordance with manufacturer recommendations, specifications, bulletins, letters, MQ-9 platform specific technical publications and supporting data and engineering dispositions. Maintenance includes but is not necessarily limited to: trouble shooting; repair and replacement of unserviceable repairable/consumable components; calibration of test/support equipment; scheduled maintenance; inspections; selected rework of engines; propeller and engine inspections; basic airframe/composite repairs; corrosion control; and quality assurance.Vendor’s experience managing sub-contracts with OEMs when required MQ-9 Predator B/Guardian services or maintenance actions are beyond the vendor’s organic capability.Vendor’s experience managing sub-contracts to support field and depot level repair support for AMO sensors and communications (prime mission) equipment, to include the Vehicle and Dismount Exploitation Radar (VADER), Multi-Spectral Targeting System (MTS), SeaVue maritime radar, Lynx Synthetic Aperture Radar, Detect and Avoid System, Barrett Asymmetrical Digital Datalink Computer (BADDC), Ku and Inmarsat satellite equipment.Vendor’s experience coordinating with the OEM to provide and maintain up to date technical documents required to support recurring MQ-9 Predator B/Guardian flight operations to meet CBP mission requirements; these include but are not limited to aircraft and GCS technical data; manufacturer weight and balance data; and operational, logistical, maintenance manuals and checklists to include Interactive Electronic Technical Manuals for UAS operations and support.Vendor’s experience maintaining a list of and sources for the procurement of all UAS parts subject to last time buys or in limited supply that may affect flight line readiness or maintenance support performance.Vendor’s limitations concerning maintenance services.Section 4: Technical Approach Interested sources should submit their technical approach covering the areas enumerated below. Additionally, the technical approach should reflect a clear understanding of the nature of work being undertaken and should discuss any perceived areas of risk.The technical capability shall provide the general background, experience, certifications, and qualifications of the Vendor.A discussion of the experience and knowledge of the Vendor’s management, operational, and maintenance support services for similar work.The Vendor’s current support capacity.The Vendor’s current approach to ensuring cyber security/resiliency.Will additional data be required in support of MQ-9 operational and maintenance services?If yes, what would be the associated cost, if known?Is the Vendor currently providing MQ-9 Predator B/Guardian operational and maintenance/repair services?If yes, how many locations, number of UAS, and model UA Vendor is supporting?Does the Vendor have experience (in the last five years) providing UAS operational and maintenance/repair services to a fleet of UAS in excess of ten (10) UA in multiple locations?  If so, please describe this experience.Does the Vendor have experience (in the past five years) providing UAS operational and maintenance/repair services for other Government UAS operators?If yes, discuss any challenges Vendor experienced in providing these services and how the Vendor overcame them.Section 5: General Vendor Experience:Interested sources should discuss Vendor experience associated with the following questions:Does the Vendor have previous experience with Government contracts?Is the Vendor familiar with the Government processes of contracting, billing, engineering, etc.?If the Vendor has previous contracts with the Government, what types of pricing arrangement did the Vendor use?What type of pricing arrangements does the Vendor recommend for the contract?In what areas does the Vendor specialize?What recommendations/approaches can the Vendor offer that would provide CBP insight that would result in successful Contractor provided operational and maintenance support for the MQ-9 UAS?What is the Vendor’s operational and maintenance experience working with specialized mission equipment experience, to include experience with Electromagnetic Interference (EMI) certification of electronic equipment, to include Electro-Optical /Infrared (EO/IR) sensors, aircraft tracking radars, High Frequency (HF) radios and data down-link equipment. Provide proof of the Vendor’s proven track record in operational and maintenance service line work and quality workmanship.Describe Vendor’s experience adhering to DHS cyber security requirements and documentation for provisioning of new connections to DHS infrastructure.Describe Vendor’s experience complying with the security requirements as stipulated by the National Industrial Security Program as determined by CBP. Describe Vendor’s experience managing activities ensuring all Contractor personnel are U.S. citizens, and ensuring personnel submit to a background investigation as required by CBP.Describe Vendor’s experience ensuring employee compliance with CBP security regulations (and host DOD installations) where work is performed under this contract, including the safekeeping, wearing, and visibility of badges if so required.Describe Vendor’s experience being responsible for Government Furnished Equipment, to include but not limited to, storing, maintaining, servicing, shipping, and receiving for maintenance/calibration (as needed), or relocating all equipment assigned to the Contractor.Describe Vendor’s experience evaluating equipment requirements continuously to ensure that necessary equipment is available to support the Government aircraft maintenance and flight hour program.Describe Vendor’s experience recommending equipment additions or replacement through the Government Representative or COR for review and approval/disapproval.Vendor’s feedback on contract type (i.e. Firm Fixed Price vs. Cost Plus, etc.)Assuming the scope of work does not change how long of a period of performance can Vendor accurately project costs?Section 6: Input and Feedback - RFI for Operational and Maintenance Support Experience Vendor’s comments and feedback on the RFI for MQ-9 Predator B/Guardian Operational and Maintenance Support Experience. Comments should address opportunities for clarification or improvement.Vendor’s questions regarding the RFI for MQ-9 Predator B/Guardian Operational and Maintenance Support Experience and/or overall approach.Vendor’s recommendations on improvements to requirements and/or overall approach.All comments, questions and recommendations shall include reference to the RFI operational and maintenance services being commented on. Comment reference shall include page number, section number and sub-section number.The maximum number of pages to be submitted shall not exceed 15 total (8 ½ x 11 inches). Please provide a cover page with the following:Company name and addressPrimary point of contact and one alternateTelephone number and e-mail addressDun & Bradstreet (DUNS) numberNorth American Industry Classification System (NAICS) codesSocioeconomic category, if applicable RFI SUBMISSION REQUIREMENTCompanies may submit questions regarding this RFI to the Government and are due no later than 3:00 P.M. (EST) on August 26, 2020. Response submissions to this RFI should be identified with CBP AMO MQ-9 Predator B/Guardian Unmanned Aircraft Systems Operational and Maintenance Support Experience and Capabilities and should be submitted via e-mail to: BRENDA.MEALER@cbp.dhs.gov: Please submit all technical questions to this RFI via e-mail to the Contracting Officer, Brenda Mealer. Verbal (telephonic) questions will NOT be accepted. All received questions will be answered by posting answers to the beta.SAM.gov website (http://beta.SAM.gov). Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after August 26, 2020 will be answered. The Government will review all RFI submissions upon receipt and will seek further clarification from respondents as appropriate.Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this RFI or the Government's use of such information as either part of an evaluation process or in developing specifications for any subsequent requirement.Electronic submissions in response to this RFI must be viewable in Microsoft Word 2013 or Acrobat Reader 10.0. All submissions (email including attachments) must be less than 50MB. Oversized submissions will not be delivered by the DHS/CBP E-mail systemThis Request for Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposal or to award a contract. The Government does not intend to award a contract on the basis of responses to this RFI or otherwise pay for the preparation of any information submitted. The Government's use of such information is at its sole discretion and is not accepting proprietary information. Sources responding to this RFI shall submit the minimum information necessary for the government to make a determination that the source is capable of satisfying the desired requirements.The Government will not publicly disclose Vendor proprietary information to the extent that it is consistent with the Government’s legal obligations. Any information submitted in response to this RFI, including information marked as limited rights data, restricted computer software, being subject to limited rights, and/or being subject to restricted rights, will be shared by the Government with current and future support Vendors hired to assist the Government. The Government’s support Vendors that have been, or may be hired, are required to sign non‐disclosure agreements restricting them from unauthorized use and disclosure of information that may be proprietary to third party companies. By submitting information in response to this RFI, Vendors agree to allow the Government to share information they submit with Government support Vendors who are, or will be, covered by a non-disclosure agreement.

1300 PENNSYLVANIA AVE NW  WASHINGTON , DC 20229  USALocation

Place Of Performance : 1300 PENNSYLVANIA AVE NW WASHINGTON , DC 20229 USA

Country : United StatesState : District of Columbia

Classification

naicsCode 488190Other Support Activities for Air Transportation