Posted: April 30, 2025, 3:44 p.m. EDT
Army Contracting Command - Orlando (ACC-ORL) is issuing this Sources Sought Notice (SSN) in support of the Army Aviation Center of Excellence (AVCoE) requirements. This acquisition will be referred to as Uncrewed Aircraft Systems Instruction, Maintenance and Mission Support (UAS-IMMS).
Potential North American Industry Classification System (NAICS):
- UAS Instruction: 65112 Flight Training.
- UAS Maintenance: 488190 Aircraft maintenance and repair services (except factory conversions, overhauls, rebuilding)
The Government has provided a DRAFT UAS Performance Work Statement (PWSs, Attachment 01, 02, 03 to this SSN).
PURPOSE:
The Government is seeking information regarding relevant experience and capabilities of industry partners interested in performing this potential requirement. Responses to this SSN will be used to gain insight from industry's experience performing similar requirements and to analyze the information in order to develop a contract vehicle capable of supporting the described mission. Based on this assessment, the Government will finalize an acquisition strategy and generate a formal draft solicitation.
The Government encourages industry to provide comments and suggestions relating to acquisition strategy to include: NAICS, contract type, contract structure, teaming arrangements, small business participation/set asides, etc.
The Government also encourages industry to provide questions, comments, and suggestions relating to the PWSs provided. Questions received will be consolidated, answered and, if deemed valuable information for all interested parties, will be posted later to the www.sam.gov website. The Government will not disclose the identity of the potential offeror asking the questions.
The legacy contract Unmanned Aircraft Systems/ Instruction and Mission Support was awarded to a Small Business entity.
BACKGROUND:
Aviation Center of Excellence's training requirements were previously supported by Unmanned Aircraft Systems, Instruction and Mission Support (UASIMS) contract. Future AVCOE UASIMS requirements will be supported by the new UAS-IMMS solicitation number W900KK-26-R-0068
Cover page shall include:
Contractor name, address, point of contact information, DUNS, CAGE, and small business information, if applicable (including reference to above listed NAICS Codes). Cover page does not count against the 12 page maximum page limit set for responses (please see below).
Responses shall be:
- Arial, 12 point font size, with one inch margins, single spaced;
- Any documents submitted to the Government shall be compatible with the current Microsoft (MS) Office Maximum 12 pages, that will include:
- 6 pages for Instruction; and
- 6 pages for Maintenance.
- Organized into three distinct sections (described in detail below);
- Please provide any questions/responses as soon as possible, in order to, facilitate a quick Government reply.
Section I. Describe your firm's applicable capabilities related to the enclosed PWS and related previous (to include contract name/number, customer name/contract information, your firm's role in the contract (i.e. prime/sub), period of performance, and a brief description of the related services). Previous work history should be recent (meaning contract is ongoing, or, if the contract has ended, the contract end date shall be no more than three years prior to this SSN posting date).
Section II. The Government encourages industry to provide comments and suggestions relating to acquisition strategy to include: NAICS, contract type, contract structure, teaming arrangements, small business participation/set asides, etc. Describe your firm's perspective on effective strategies for satisfying this requirement, focusing on real-world and/or conceptual solutions and relevant lessons learned that address the Government's UAS-IMMS requirements. Please provide any realized or theoretical earned value (e.g. cost, schedule, performance) that may be derived from the strategy/strategies. Describe the basis behind the recommendation and the expected outcomes. Outcomes should be rationalized and articulated in terms of the costs and benefits to the Government.
Section III. Please answer the following questions:
- Is it your firm's intention to support UAS-IMMS as a prime contractor? If so, which requirements/tasks would your firm intend on supporting through subcontracts (if your firm is identified as a small business under one of the identified NAICS, please consider how you will address FAR 52.219-14, Limitations on Subcontracting)?
- What would your firm consider an appropriate length of time for transition from the incumbent contract to the UAS-IMMS contract?
- In general, are there specific portions of the Government's DRAFT requirements documentation that your firm believes requires additional clarity? If so, please specify which ones and provide recommendations for additional clarification.
- Do you believe the requirements are defined enough to support a Firm Fixed Price (FFP) contract, or, some FFP line items for specific tasks? If so, recommend line item and type (i.e. Cost, CPFF etc.) for specific tasks/requirements.
- Relating to the UAS Instructor requirements, will your firm be able to provide fully qualified/trained employees by the period of performance start date as required by the attached DRAFT PWS? If not, how do you intend to meet the requirements? What staffing limitations does your firm have? If you believe that your firm requires external and/or Government provided training to meet the requirements, how does your firm intend to retain your workforce/knowledge base to continue meeting the requirements of this effort for the duration of the contract?
- Relating to the UAS Maintenance requirements, will your firm be able to provide fully qualified/trained employees by the period of performance start date as required by the attached DRAFT PWS? If not, how do you intend to meet the requirements? What staffing limitations does your firm have? If you feel that your firm requires external and/or Government provided training to meet the requirements, how does your firm intend to retain your workforce/knowledge base to continue meeting the requirements of this effort for the duration of the contract?
INDUSTRY DAY:
The Government will evaluate the Sources Sought Notice responses in order to decide if an Industry Day event will be offered. If the Government determines that an Industry Day event is necessary, additional information concerning this event will be provided.
DISCLAIMER:
This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the Government to procure subject services/products nor will the Government reimburse any parties for costs associated with responding to this request.
Posted: April 24, 2025, 11:10 a.m. EDT
Background
The Army Contracting Command - Orlando (ACC-ORL) is issuing this Sources Sought Notice (SSN) to support the Army Aviation Center of Excellence (AVCoE) requirements for Uncrewed Aircraft Systems Instruction, Maintenance and Mission Support (UAS-IMMS).
This acquisition aims to gather information on industry capabilities and experiences relevant to the UAS-IMMS requirements, which will inform the development of a contract vehicle to support the AVCoE mission. The previous contract supporting these training requirements was the Unmanned Aircraft Systems, Instruction and Mission Support (UASIMS).
Work Details
The contractor will provide non-personal services for UAS instruction, maintenance, logistics support, prescribed load list (PLL), and IT network support.
Key tasks include:
1. Providing Training Instructors for performance-oriented training using TRADOC approved Programs of Instruction (POI).
2. Conducting classroom training, hands-on/practical exercise performance-oriented training, simulation/virtual training, and field exercise training.
3. Developing and implementing a Quality Control Plan (QCP) to ensure compliance with contract requirements.
4. Managing financial resources allocated to meet contract requirements, including tracking obligated funds and responding to Government requests for contractual actions within specified timelines.
5. Maintaining personnel qualifications through initial and refresher training as required by the contract.
Place of Performance
The primary place of performance is Fort Huachuca, Arizona, with potential temporary performance at other various Continental United States (CONUS) sites.