SOURCES SOUGHT
58 -- PSS-T Technology Improvements
- Notice Date
- 12/19/2017
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- PSS-T_Technology_Improvement
- Archive Date
- 1/20/2018
- Point of Contact
- Thomas Frank, Phone: 7037049379
- E-Mail Address
-
thomas.m.frank.civ@mail.mil
(thomas.m.frank.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Product Director (PD) Aerostats is issuing this request for information (RFI) as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide new aerostat technologies for the Persistent Surveillance Systems-Tethered (PSS-T) program. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this request for information notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS REQUEST FOR INFORMATION IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS DOES NOT CONSTITUTE A SOLICITATION AND 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 PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES This is a RFI market survey. There is no solicitation available at this time. Requests for a solicitation will not receive a response. Any information submitted by respondents to this synopsis is strictly voluntary. This market survey does not constitute a RFP or a request for sealed bids, nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay respondents for any information that they submit in response to this request for information. The Government is conducting this request for information market survey to determine rough order magnitude (ROM) / price and availability (P&A) from potential sources capable of fulfilling aerostat improvement requirements as follows. The intent of this RFI is to assess state-of-the art aerostat technology available in aerostat products that could be applied to meet this requirement. The Government requests that respondents provide a detailed description of the proposed solutions and how it meets or exceeds the Government's objectives. This is a RFI from industry with ROM/P&A for improvements to the 74,000 cubic foot (ft.) aerostat system. The Government is requesting that respondents provide potential solutions that are readily available through usage of modified commercial off the shelf (COTS) products or solutions developed with internal research and development (IRAD) funding. ADDITIONAL INFORMATION For Official Use Only (FOUO) information is available for vendors responding to this RFI. All respondents that would like obtain the FOUO documents must demonstrate their eligibility by providing: 1. Proof of registration in the System for Award Management website. 2. Proof of a U.S. SECRET facility security clearance and at least SECRET storage capability. In addition, each company shall include the following information as a part of their request for the FOUO documents: 1. Company name and address 2. Contact information for their facility security officer 3. CAGE code for their SECRET facility clearance The Government will verify submitted information prior to providing the FOUO information to respondents. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Secret. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Respondents are limited to 25 pages. Feedback from industry will be accepted until 30 days after the posting of this RFI. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Responses (including any capabilities statement) and questions concerning this requirement shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via email to: Matthew C. Ebner, Contract Specialist, matthew.c.ebner.civ@mail.mil, and Thomas Frank, Contracting Officer Representative, thomas.m.frank.civ@mail.mil. All responses must be received no later than 1700 EST on 17 January 2018 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All data received in response to this Request for information that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b8411d9a2eeb417600e92ac4b169d0b5)
- Place of Performance
- Address: Contractor Facility, TBD, Maryland, 21001, United States
- Zip Code: 21001
- Zip Code: 21001
- Record
- SN04770487-W 20171221/171219230915-b8411d9a2eeb417600e92ac4b169d0b5 (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 |