Search Contract Opportunities

ARMED OVERWATCH PROGRAM OTHER TRANSACTIONAL AUTHORITY (OTA) AGREEMENT FOR A PROTOTYPE PROJECT - OTA AWARD NOTICE   3

ID: H92408 • Type: Presolicitation

Description

Posted: May 14, 2021, 11:04 a.m. EDT

14 MAY 2021 ARMED OVERWATCH AWARD NOTICE

The United States Special Operations Command (USSOCOM), Directorate of Procurement, on behalf of USSOCOM Program Executive Office-Fixed Wing (PEO-FW) has awarded five (5) fixed-price prototype project other transaction agreements, totaling $19,199,898.68, for prototype demonstrations. Awardees will demonstrate prototype systems evaluated against well-defined criteria for an Armed Overwatch Program. If the prototype project is deemed successfully completed by the Government, the contractor may be requested to provide a production proposal for a follow-on production award.

Work under the prototype project other transaction agreements will be performed primarily at the below awardee locations and Eglin Air Force Base, Florida, and is expected to be completed by March 2022. These awards are the result of a competitive effort in accordance with 10 U.S.C. 2371b(f). Fiscal 2021 Research, Development, Test and Evaluation funds in the amount of $19,199,898.68; are being obligated at the time of award.

Agreement Award Numbers:

H92408219P001, H9240821P002, H92408219P003, H92408219P004, H92408219P005

Total Amount for Five (5) Agreements:

$19,199,898.68

Awardees:

Performer: Leidos, Inc.

Proposed Solution: Bronco II

Agreement #: H92408219P001

Performers Address:

1750 Presidents Street

Reston, Virginia 20190-5617

Cage Code: 5UTE0

Performer: MAG Aerospace

Proposed Solution: MC-208 Guardian

Agreement #: H92408219P002

Performers Address:

12730 Fair Lakes Circle

Fairfax, Virginia 22033-4901

Cage Code: 5Q8Z4

Performer: Textron Aviation Defense LLC

Proposed Solution: AT-6E Wolverine

Agreement #: H92408219P003

Performers Address:

201 South Greenwich

Wichita, Kansas 67207-1402

Cage Code: 6CFY2

Performer: L-3 Communications Integrated Systems L.P.

Proposed Solution: AT-802U Sky Warden

Agreement #: H92408219P004

Performers Address:

7500 Maehr Road

Waco, Texas 76705-1632

Cage Code: 05395

Performer: Sierra Nevada Corporation

Agreement #: H92408219P005

Proposed Solution: MC-145B Wily Coyote

Performers Address:

444 Salomon Circle

Sparks, Nevada 89434

Cage Code: 8X691

-------------------------------------------END OF 14 MAY 21 UPDATE------------------------------------------

ARMED OVERWATCH PROGRAM

OTHER TRANSACTIONAL AUTHORITY (OTA) AGREEMENT

FOR A PROTOTYPE PROJECT

6 April 2020

Amendment 01

  1. OPPORTUNITY DESCRIPTION:

The United States Special Operations Command (USSOCOM), Directorate of Procurement, on behalf of USSOCOM Program Executive Office-Fixed Wing (PEO-FW), is considering the award of an Other Transaction Authority (OTA) Agreement for a Prototype Project for the Armed Overwatch Program (hereinafter the OTA Agreement ). The Armed Overwatch Program will provide Special Operations Forces (SOF) deployable, affordable, and sustainable manned aircraft systems fulfilling Close Air Support (CAS), Armed Intelligence, Surveillance & Reconnaissance (Armed ISR), Strike Coordination & Reconnaissance (SCAR), and Forward Air Controller (Airborne) (FAC(A)) requirements (defined in DoD Dictionary of Military and Associated Terms, January 2020)[1] in austere and permissive environments for the Countering-Violent Extremist Organization (C-VEO) missions.

The USSOCOM Armed Overwatch Other Transaction (OT) for Prototype effort will consist of three phases. Phase 1, white papers, will occur prior to award of the OTA Agreement. Phase 2, Offeror Deep Dives, will occur prior to award of the OTA Agreement, and the Government may down-select at the end of either or both phases. For Phase 3, the Government intends to award an OTA Agreement to multiple contractors for competitive demonstration and evaluation. The OTA Agreement will require the demonstration of a prototype system evaluated against well-defined criteria to determine whether the prototype project has been successfully completed by the contractor and, if so, whether a follow-on production contract will be awarded to that offeror.

Industry Day Participation Requirement

Only vendors who registered and participated in the Armed Overwatch Industry Day on 4-6 March 2020 are eligible to participate in this OTA opportunity.

  1. BACKGROUND/REQUIREMENTS

The Armed Overwatch Program will provide a deployable, affordable, and sustainable manned aircraft systems fulfilling CAS, Armed ISR, SCAR, and FAC(A) requirements in austere and permissive environments for the C-VEO missions.

This prototype project initiative will require demonstration of a prototype system evaluated against well-defined criteria for an Armed Overwatch Program.

In accordance with 10 U.S.C. 2371b(f), the OTA Agreement will include a provision for a potential follow-on production contract to be awarded without additional competition. Basic eligibility to receive a follow-on production contract will require the successful completion of the prototype project. The follow-on contract is expected to be an Indefinite Delivery, Indefinite Quantity award under: 1) the authorities set forth in 10 U.S.C. ch. 137 and 48 C.F.R. parts 1 and 2; or 2) a similarly structured OTA agreement under the authority of 10 U.S.C. 2371b(a). Either form of contract shall have a 5-year base ordering period, and a 2-year optional ordering period. The Government estimates an acquisition of 75 aircraft with associated support over the life of the acquisition.

  1. PHASES
  2. Phase 1 Notice of Intent (NOI) and Request for white papers: An offeror must submit a NOI prior to white paper submission. The NOI will be in contractor format and include the following:
    • Company Name and Address
    • Status as either a traditional defense contractor or non-traditional defense contractor
    • Cage code
    • DUNS number
    • State of incorporation
    • Corporate license number
    • Identify if foreign owned or a controlled company with full identification of the parent corporation
    • Country of affiliation
    • Identify major subcontractors
    • Identify whether subcontractors are foreign to include name of foreign vendor(s), foreign country of affiliation and what constitutes the foreign content of their product(s)
    • Cognizant DCMA Office

The NOI is due via email no later than 12:00 PM Eastern Standard Time (EST), 8 April 2020 to both points of contacts listed below.

The offeror shall submit a completed Attachment D: Supplier Response Template, and an 8-page white paper for consideration no later than 12:00 PM Noon EST, 1 May 2020. White paper submittals shall be no longer than 8 pages in accordance with page size and format below and should demonstrate: the offeror's schedule to providing a production ready prototype system capable of satisfying, at minimum, the prototype criteria listed in Attachment A for prototype demonstrations; the risk associated with the proposed solution with respect to cost, schedule, and performance; additional capabilities of the prototype not specifically addressed in Attachment D: Supplier Response Template, and how the offeror plans to comply with the Buy American Act. The Government may request the offeror provide additional documentation to substantiate the proposed capability discussed in Attachment D and the white paper. Substantiating documentation will not count against the maximum page limit. The offeror shall provide the documentation to the Agreements Officer no later than 2 business days after the request in order to be considered for Phase 2. In addition, the offeror shall submit a completed Attachment E (Offeror Certifications and Disclosures). The Government will review responses and select up to five offerors for Phase 2.

  1. Phase 2 Offeror Deep Dive: During this phase, invited offerors will participate in Offeror Deep Dives. The offeror may be allotted a two-day, one-on-one session with the Government evaluation team at the contractor's facility. Location of Offeror Deep Dive will be determined at conclusion of Phase 1. Offerors should be prepared to address and provide additional substantiating data arising from the white paper submissions and discuss: 1) technical approach, 2) technical maturity, 3) a schedule detailing prototype completion in time for prototype demonstrations, 4) aircraft integration, readiness, and risks with respect to meeting the prototype criteria listed in Attachment A, 5) supportability readiness in response to a government provided questionnaire, 6) self-assessed manufacturing readiness in response to a government provided questionnaire and 7) all DoD flight and weapons clearances. Offerors will also be asked for a more detailed Attachment D with cost breakout and justification. Specific Phase 2 requirements, expectations, and evaluation criteria will be provided at the conclusion of Phase 1. Affordability of the proposed weapons system and lifecycle costs will be increasingly more important evaluation criteria from Phase 2 through the production award. If the USSOCOM evaluation team favorably evaluates an offeror during this phase, negotiations to be awarded an OTA under Phase 3 may begin in as little as two weeks. The Government will limit OT awards to no more than 4 vendors and will not exceed $4M contribution per vendor for Phase 3. The Government reserves the right not to attend site visits and proceed from Phase 1 to Phase 3.
  2. Phase 3 Operational Prototype Demonstration / Possible Follow on Production Proposal: Selected offerors will be invited to enter into an OTA Agreement (OTA) to deliver and demonstrate their proposed prototype and to provide a proposal of how the offeror will meet a requirement for up to 75 aircraft over a 5-7 year period if awarded a follow-on production contract. Phase 3 will consist of flight demonstrations at Government test facilities. All offerors will need to be ready to demonstrate their system on the same date. Flight demonstrations are scheduled to occur in November 2020. The Government will identify the specific test dates at the start of Phase 3 and a random draw will determine the order of testing. No award of a follow-on contract for production is guaranteed.

PERIOD OF PERFORMANCE:

The period of performance for Phases 1-3 will be approximately twelve (12) months, commencing approximately 1 April 2020 and concluding on or about 1 April 2021.

SUBMISSION INSTRUCTIONS:

Submissions will only be accepted via email. Please include both points of contacts listed below on each email submission and any other emails transmitted to USSOCOM for any other reasons. Encrypt or password-protect all proprietary information prior to sending via email. Offerors are responsible to confirm receipt with the Agreements Officer listed below.

PAGE SIZE AND FORMAT:

A page is defined as each face of a sheet of paper containing information. Page size shall be 8.5 x 11 inches. The text size shall be no less than what is equivalent to Microsoft Word, Times New Roman, 12 point, uncompressed font. Use at least 1 inch margins on the top and bottom and 1 inch on the side margins. Pages shall be numbered sequentially. Embedded tables, charts, graphs and figures shall be used wherever practical and shall be uncomplicated and legible. For tables, graphs and figures, the text shall be no smaller than 8 point. The electronic copies of the submission shall be submitted in a format readable by Microsoft (MS) Office Word 2016, Office Excel 2016, pdf as applicable.

POINTS OF CONTACT:

All questions/requests shall be directed to the points of contact listed:

Contracting and Agreements Officer:

Mrs. Laura Fuller

Email: laura.fuller@socom.mil

  1. ATTACHMENTS*
  2. Prototype Criteria
  3. Industry Day Registration Form
  4. Go/No-Go Phase I Matrix
  5. Supplier Response Template
  6. Offeror Certifications and Disclosures
  7. Evaluation Criteria
  8. Consolidated Question and Answer Template
  9. Armed Overwatch Concept of Employment

*All Attachments to OTA Notice e mailed to registered industry day vendors 1 April 2020

[1] http://www.jcs.mil/Doctrine

Posted: May 14, 2021, 9:30 a.m. EDT
Posted: April 6, 2020, 5:03 p.m. EDT
Posted: April 1, 2020, 4:01 p.m. EDT
Posted: Feb. 14, 2020, 11:39 a.m. EST
Posted: Feb. 3, 2020, 9:47 a.m. EST
Posted: Feb. 3, 2020, 9:15 a.m. EST

Overview

Response Deadline
May 1, 2020, 12:00 p.m. EDT (original: Feb. 18, 2020, 12:00 p.m. EST) Past Due
Posted
Feb. 3, 2020, 9:15 a.m. EST (updated: May 14, 2021, 11:04 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
48%
On 2/3/20 U.S. Special Operations Command issued Presolicitation H92408 for ARMED OVERWATCH PROGRAM OTHER TRANSACTIONAL AUTHORITY (OTA) AGREEMENT FOR A PROTOTYPE PROJECT - OTA AWARD NOTICE due 5/1/20. The opportunity was issued full & open with NAICS 336411 and PSC 1510.
Primary Contact
Name
Laura Fuller, Contracting and Agreements Officer   Profile
Phone
None

Secondary Contact

Name
Capt David Kirkland, Agreements Specialist   Profile
Phone
None

Documents

Posted documents for Presolicitation H92408

Opportunity Lifecycle

Procurement notices related to Presolicitation H92408

Award Notifications

Agency published notification of awards for Presolicitation H92408

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation H92408

Similar Active Opportunities

Open contract opportunities similar to Presolicitation H92408

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > US SPECIAL OPERATIONS COMMAND (USSOCOM) > HQ USSOCOM
FPDS Organization Code
97ZS-H92408
Source Organization Code
500041435
Last Updated
June 14, 2021
Last Updated By
laura.fuller@socom.mil
Archive Date
June 14, 2021