Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2008 FBO #2235
SOURCES SOUGHT

15 -- Maritime UAS

Notice Date
11/8/2007
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
33621-5323
 
Solicitation Number
Reference-Number-H92222-08-WaterUAS
 
Response Due
12/7/2007
 
Point of Contact
Kim DeBois-Sousa, Contracting Officer, Phone 813-826-7077, Fax 813-826-7504, - Kim DeBois-Sousa, Contracting Officer, Phone 813-826-7077, Fax 813-826-7504
 
E-Mail Address
deboisk@socom.mil, deboisk@socom.mil
 
Description
1. The U. S. Special Operations Command (USSOCOM) requests information from companies currently developing unmanned aircraft systems on the capabilities and technical maturity of your system(s). Interested firms have the option to submit approaches to either one, two, three or all four of the UAS platforms described below. Given the wide variety of harsh environments in which Special Operations Forces (SOF) must operate, SOF equipment requires critical design characteristics that are resistant to the potential detrimental effects of environmental conditions. The intent of this RFI is to determine the readily available UAS capability to withstand operations in maritime and/or austere environments. Intended system employment is from maritime platforms to the extent that the UAV will withstand repeated landings in both fresh and salt water. Details and requirements are listed below. 2. This Request for Information is issued solely for market research and planning purposes. It is not a Request For Proposal (RFP), nor is there any commitment on the part of the Government to award a contract implied, nor does the Government intend to pay for any information submitted as a result of this request. No responses received will be used as a proposal. All costs associated with responding to this RFI will be solely at the responding party?s expense. 3. USSOCOM interest will be dependent on the results of the RFI capability assessment (including mission performance assessments) and USSOCOM operational requirements analyses and determinations. If a solicitation is released, it will be synopsized on FedBizOpps. Potentially, future purchasing agreements may be sought to obtain systems to perform more extensive evaluation. Pending funding levels and the availability of technical mature systems, USSOCOM may procure up to approximately 40 Tactical 1-Micro (T1-M) systems, 80 Tactical 1?Small (T1-S) systems, eight Tactical 2 (T2) systems, and/or eight Tactical 3 (T3) systems to operate in maritime and/or austere environments commencing late FY08 through FY10. 4. Broad industry participation is desired, but USSOCOM is keenly interested in designs that are currently in production or capable of rapidly entering into production (delivery within six months). Firms interested in providing the UAS capabilities described must illustrate succinctly in a white paper how their system(s) can meet the following capabilities: (1) how it can meet the required system capabilities, anticipated delivery timeframes and Rough Order of Magnitude (ROM) system cost estimates; (2) any recent and relevant past performance information illustrating fielded products designed and proven to work in the demanding corrosive seawater environment. Special emphasis should be highlighted of systems capable of landing in and floating on water surfaces. Contractors shall include relevant contract numbers, periods of performance, dollar value, corporate and reference points of contact, telephone numbers, and a synopsis of the work performed that is relevant to meeting the stated requirements; (3) current facility security clearance as approved in existing contracts or, if necessary, describe how required facility clearances for handling and working with unclassified controlled items would be established/maintained; and (4) current business size, a statement of capabilities, including available personnel; and a point of contact by name, address, and phone number. The white paper response is not to exceed ten (10) pages. 5. Interested firms are invited to submit their capabilities requirements, in writing, within thirty (30) calendar days from the date of this announcement, no later than (NLT) 2:00 PM local time to the Procurement Contracts Officer (PCO), Ms. Kim DeBois Sousa. White papers must be sent to: HQ UNITED STATES SPECIAL OPERATIONS COMMAND, ATTN: SOAL-KW (Kim DeBois Sousa, PCO), 7701 Tampa Point Boulevard, MacDill AFB, FL, 33621, or e-mailed to: deboisk@socom.mil. Questions regarding this RFI shall be submitted in a timely manner to the PCO. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-NOV-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/Reference-Number-H92222-08-WaterUAS/listing.html)
 
Record
SN01480344-F 20080109/080107224517 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.