SOURCES SOUGHT
R -- Counter Unmanned Systems (CUxS), Systems Integration Partner (SIP)
- Notice Date
- 4/17/2020 11:58:45 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- HQ USSOCOM TAMPA FL 33621-5323 USA
- ZIP Code
- 33621-5323
- Solicitation Number
- CUxSSIP_17April2020
- Response Due
- 5/13/2020 11:00:00 AM
- Archive Date
- 05/28/2020
- Point of Contact
- Chris Paitson
- E-Mail Address
-
john.paitson@socom.mil
(john.paitson@socom.mil)
- Description
- SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) The purpose of this announcement is to request white papers from Industry regarding USSOCOM�s Counter Unmanned Systems (CUxS), Systems Integration Partner (SIP) requirement. USSOCOM anticipates conducting a full-and-open competition utilizing FAR 15 authorities in the 3rd QTR of CY 2020 with a draft Solicitation (Request For Proposal) expected to be available within 60 days following conclusion of the Industry one-on-one meetings and an estimated award late 1st QTR CY 2021. The purpose of this Request for Information (RFI) is to conduct market research, which will be used to plan and implement an acquisition strategy to procure supplies/services related to integration of a CUxS Family of Systems (FoS) with the initial focus being Counter Unmanned Aerial Systems (CUAS). USSOCOM is seeking interested vendors, or teaming ventures, which have the ability to serve as the CUxS SIP. The Government is particularly interested in Industry recommendations and feedback to improve contract requirements, contract structure/type, and performance incentives. Description of the Requirement: USSOCOM envisions the CUxS SIP responsibilities to include: Integration of a family of CUAS sensors and systems, both Government-owned and vendor recommended (based on the set of sensor requirements provided by the Government), to provide a layered defense for SOF Operators in a variety of OCONUS environments. Provide modular and scalable recommendations on the optimal sensor/system package for a given mission set or deployment location, based on Government-provided intelligence, operator inputs, site surveys, and their own expertise of the various available sensors. Coordinate with the Government logistics team in the fielding of packaged solutions.� The SIP may be required to provide installation and/or field service representative (FSR, Tier 1 repair & maintenance support) support at OCONUS locations. Provide initial system training for any sensor introduced to the FoS and augment a Military Training Team (MTT), as necessary, to provide pre-deployment and refresher training to SOF Operators. Be responsible for specific maintenance activities, such as software and firmware updates, pre-planned product improvements to sensors, tracking of predictive analytics (i.e. Overall Equipment Effectiveness (OEE), Mean time to repair (MTTR), and Mean time between failure (MTBF)) of the sensors/systems in the FoS.� Support shall be provided at both permanent Government/Contractor facilities and deployed locations in order to accomplish priorities and tasks described below.�� Interested Vendors should submit white papers that do not exceed fifteen (15) pages that address the following areas: Discuss your experience with commonly employed CUxS sensors and systems to include, but not limited to: Passive and Active detection, Radio Frequency defeat, Kinetic defeat, Artificial Intelligence (AI) or Machine Learning (ML), and any other emerging technologies. Describe your previous or current experience integrating various hardware systems into a tailorable, fieldable solution. The Government anticipates an �over the air� evaluation, at a Government test facility, as a portion of the technical evaluation. Please address your company�s ability to demonstrate the rapid integration of a sensor solution (est. two weeks to integrate a provided sensor) during the course of a 30 day proposal period. Discuss the subject matter expertise employed by your company to perform evaluation of competing hardware solutions. All personnel supporting this effort shall be U.S. citizens and possess a SECRET security clearance. Discuss your efforts in assisting the Government to maintain systems or FoS. Include your methodology for collecting and reporting predictive analytics.� Discuss any recommendations your company may have to optimize the concept of a CUxS SIP, to include, but not limited to: Requirements of the Contract Contract Type (C or D) Pricing Arrangement (Fixed Price or Cost Plus or Multiple) Single or Multiple Award If recommending MA, then discuss how all awardees would be required to address configuration control and interoperability. Can a SIP be sourced as a service? If yes, explain. If incentive option terms were included in a resultant award, what key metric(s) would you propose the government evaluate to determine if the Contractor has earned the incentive option term? Is there a different relationship besides a �Systems Integration Partner� that the Government should consider? If yes, please provide details. Provide recommendations on NAICS, SIC, PSC, and/or FSC. Additional Contractor Requirements Include: The ability to staff and support 24x7 work week; including shift work and/or OCONUS deployments to active armed conflict areas. The ability to provide a significant increase/decrease of support in the event of an immediate surge or a reduction in requirements. The ability to provide a dedicated onsite Program Management Team. Proof of Contractor�s current Facility Clearance Level (FCL) as SECRET and their Safeguarding Capability showing SECRET within the Industrial Security Facility Database (ISFD). Interested vendors should respond to the Contracting Officer with a notice of intent (NOI) and a summary of their firm�s capacity for the SIP role with respect to the skill sets and experience described above. Please include the Full name of your firm, Points of Contact, contact numbers/emails, CAGE code, address, NAICS code, and vendor business size. White paper responses should not exceed fifteen (15) pages per vendor, team, or joint-venture. � The results of this RFI will be used to create an overview of vendor capabilities and experience in the field of FoS integration and related disciplines (those listed above). The Government is anticipating a contract comprised of a one-year base period, with four one-year optional periods, and five one-year incentive option term periods. This anticipated contract would comprise a total of ten (10) years if all incentive option terms are earned and exercised. The Government anticipates contract award late 1st QTR CY 2021. � White papers, not to exceed fifteen (15) pages, should be submitted no later than 2:00pm Local Time for Tampa, FL on Wednesday, 13 MAY 2020, via email to john.paitson@socom.mil. � Industry One-on-One Meetings Information: � In addition to reviewing white paper submissions, the Government will be hosting One-on-One meetings with interested industry partners. Due to ongoing COVID-19 concerns, the Government may switch to a virtual or telephonic format. �������� Date:� ������������ 18-22 May 2020 �������� Location: ������ USSOCOM ����������� � ������������������ 7701 Tampa Point Blvd ��� ���������������������������� MacDill AFB, Florida 76901 �������� Security Clearance Required: SECRET �������� Max number of Participants per Company/Partnership/Team: 4 � Parties interested in One-on-Ones shall submit the following information by Friday, 8 May 2020: � Name and CAGE Code of prime entity Name and official company email address of point of contact(s) for unclassified correspondence. Preferred date and time of day (morning or afternoon) of requested one-on-one meeting.� Meetings will be scheduled on a first come, first served basis with preference given to non-local vendors earlier in the week. Names of individuals (4 maximum) who will attend one-on-one session to include email address and mobile phone number in the event of last-minute schedule changes. The above information shall be submitted via email to the Government point of contact, Carina Rankinen, Carina.Rankinen@socom.mil. � All individuals attending the one-on-ones must be eligible for base access to MacDill AFB, FL. If you do not have Common Access Card (CAC) access to MacDill AFB, FL, please submit the driver�s license numbers of those attendees so the Government can provide a visitor access roster to the MacDill AFB visitor�s center. Please note that base access requirements and procedures are subject to change without notice. � The Government will send an acknowledgement when vendors/individuals are successfully registered. The schedule for one-on-ones will be distributed no later than Wednesday, 13 May 2020. � Please direct questions or comments regarding the RFI in writing to the POC listed above in this announcement. � **This RFI does not constitute an invitation to bid, nor is it a request for proposal. PROPOSALS WILL NOT BE ACCEPTED. This RFI shall not be construed as a commitment by the Government to issue a contract or otherwise pay for the information solicited.** �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1c08665bcb0a46de9f94c69ee172b978/view)
- Place of Performance
- Address: Tampa, FL 33621, USA
- Zip Code: 33621
- Country: USA
- Zip Code: 33621
- Record
- SN05625250-F 20200419/200417230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |