Skip to main content

An official website of the United States government

You have 2 new alerts

Vindicator II Unmanned Target System Services

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Sep 20, 2023 04:31 pm PDT
  • Original Response Date: Oct 06, 2023 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 21, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: K017 - MODIFICATION OF EQUIPMENT- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:

Description

The Naval Air Warfare Center Weapons Division (NAWCWD) intends to negotiate and award a contract using other than full and open competition procedures in accordance with FAR 6.302-1 “Only one responsible source and no other supplies or services will satisfy agency requirements.” Negotiations will be conducted with Canadian Commercial Corporation located at 350 Albert St Suite 700, Ottawa, ON K1A 0S6, Canada. The contract will be a 100% subcontract to QinetiQ located at 99 Bank St Suite 260, Ottawa, ON K1P 6B9, Canada.

This acquisition will provide target support services for land and sea-based modeling, testing, and risk reduction flights utilizing contractor-owned, contractor-operated Vindicator II system. This will include support for Group 3 (medium) low-speed, low-altitude Unmanned Aerial Vehicles (UAVs) target systems for the objective evaluation of assigned major weapon system and subsystem products of Naval Air Systems Command (NAVAIR) and Naval Sea Systems Command (NAVSEA). The Contractor will provide all the UAV target presentations as turnkey test operations.

The anticipated contract is potentially an Indefinite Delivery, Indefinite Quantity contract, non-performance-based, with an ordering period of five years, and with Firm Fixed Price and Cost type contract line items.  The Government estimates the solicitation to be posted on System for Award Management (SAM) https://sam.gov/ in the 1st quarter of Fiscal Year (FY) 2024, with contract award estimated in the 2nd quarter of FY 2024.

This Pre-solicitation notice intends to identify interested parties in providing target presentations of Contractor-owned UAVs for tracking and live-gun test operation, and missile firing exercises utilizing Vindicator II UAV System in accordance with the attached Statement of Work.

This Pre-solicitation notice is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than 15 days after the date of publication of this notice.  The written response, which shall be reviewed by the agency, shall reference solicitation number N6893623R0010 and provide a capability statement that clearly indicates the firm’s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule.

Written responses shall be submitted by e-mail to Contract Specialist, Marijo Pascua at marijo.a.pascua.civ@us.navy.mil and Contracting Officer, Katy White at katy.j.white.civ@us.navy.mil by 10:00 A.M. Pacific Time on 06 Oct 2023.

This notice of intent is for informational purposes only. It does not constitute a solicitation. It shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for the preparation of responses to this announcement. Any information submitted is strictly voluntary. All information received marked “Proprietary” will be protected and handled accordingly.

Contractors MUST be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited, to a single point of contact (POC) per CAGE code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code’s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program:  https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.

Contact Information

Contracting Office Address

  • WEAPONS CT 25400E D 429 E BOWEN RD STOP 4015
  • CHINA LAKE , CA 93555-6018
  • USA

Primary Point of Contact

Secondary Point of Contact

History