SOURCES SOUGHT
15 -- Future Non-standard Tactical Unmanned Aircraft System
- Notice Date
- 2/12/2016
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-16-R-NONSTD-RFI
- Archive Date
- 3/19/2016
- Point of Contact
- Vaclav Slechta, Phone: 407-412-9528, CPT Kevin Stramara, Phone: 256-842-7266
- E-Mail Address
-
vaclav.slechta.ctr@mail.mil, kevin.p.stramara2.mil@mail.mil
(vaclav.slechta.ctr@mail.mil, kevin.p.stramara2.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- US Army Tactical Unmanned Aircraft Systems SOURCES SOUGHT NOTICE (SSN) / MARKET RESEARCH Future Non-standard Tactical Unmanned Aircraft System GENERAL INFORMATION Document Type: Sources Sought/Request for Information / Market Research Solicitation Number: TBD (W911QY-16-R-NONSTD-RFI Request Date: 12 FEB 2016 Response Date: NLT 3:00PM EST, 4 MAR 2016 Classification Codes: 15 - Aircraft and Airframe Structural Components NAICS: 336411 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY This is a Sources Sought Notification (SSN) only, as defined in FAR 15.201(e). It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Interested parties are encouraged to respond to this SSN. Responses to this notice shall not be construed as offers and cannot be accepted by the government to form a binding contract. The U.S. government will not pay for any information or administrative cost incurred in response to this SSN. All costs associated with responding to this SSN will be solely at the expense of the interested party. Not responding to this SSN will not preclude participation in any future RFP if issued. There is no solicitation package available at this time. This SSN allows all interested parties to submit a non-binding statement of interest. The information provided herein is subject to change and in no way binds the government to solicit for or award a competitive contract. DESCRIPTION: The purpose of this RFI is to obtain information on industry's capability to provide a Group I/II/III unmanned aircraft systems to the US Army with opportunities for international/foreign military sales customers. Articles which are on the United States Munitions List (USML) or Commerce Control List (CCL) and registered and ITAR or EAR compliant with the U.S. State Department's Directorate of Defense Trade Controls (DDTC) are very desirable. Any future logistics requirements may include contractor logistics support, field service support representatives and spares with quantities to be determined by customer's operational requirements. Any such requirement would be in one year optional increments. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. If your company wishes to restrict the data, the title page must be marked with the following legend: "Use and Disclosure of Data: This response includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this response. This restriction does not limit the Government's right to use information contained in these data if they are obtained from another source without restriction. The data subject to this restriction are contained in Data Sheets [insert numbers or other identification of sheets]. Your company may also mark each sheet of data it wishes to restrict with the following legend: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this response." SECURITY REQUIREMENTS: Responders must have a Communications Security (COMSEC) account and must demonstrate the ability to maintain Defense Information Security Program Standards. Security requirements will be Top Secret for the facility and will vary for selected personnel (including Secret, Sensitive Compartmented Information, and Communications Security). Potential solutions sought should be full National Security Agency (NSA) approved Type-1 and Advanced Encryption Standard (AES) level encryption capability capable. RESPONSES: Interested parties are requested to respond to this RFI with a white paper, not to exceed 12 pages, describing responder's capabilities and potential material and services solution that meets criteria referenced in this document. Responses are due no later than 4 MAR 2016 1500 EST. Responses to this RFI should be sent via email to Mr. Vaclav ‘Vosh' Slechta at Vaclav.slechta.ctr@mail.mil Points of Contact (POC): Any technical questions or requests should be addressed to: CPT Kevin P. Stramara at kevin.p.stramara2.mil@mail.mil or Daniel E. Mccarthy at Daniel.e.mccarthy.ctr@mail.mil Interested parties are encouraged to register via Natick Contracting Division's site for access to documents and additional information, and to place comments or questions regarding this effort. Site address - http://www3.natick.army.mil/Team/UAS.aspx Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. If appropriate, the Government will respond to questions with the answers posted at the same web location.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d84b3949ef9c47f6aa53acdbe2f46d6d)
- Place of Performance
- Address: Redstone Arsenal, AL, United States
- Record
- SN04019455-W 20160214/160212234420-d84b3949ef9c47f6aa53acdbe2f46d6d (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 |