SOURCES SOUGHT
15 -- Bangladesh RQ-1B WASP
- Notice Date
- 10/8/2020 11:41:52 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-21-R-0066
- Response Due
- 10/23/2020 3:00:00 PM
- Archive Date
- 11/07/2020
- Point of Contact
- Teresa W. Jordan, Phone: 2563133837
- E-Mail Address
-
teresa.w.jordan.civ@mail.mil
(teresa.w.jordan.civ@mail.mil)
- Description
- DESCRIPTION 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.� All 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.� The Government is conducting market research for the Unmanned Aircraft Systems International Program Office (IPO), Redstone Arsenal, Alabama to identify and determine potential sources to support the Small Unmanned Aircraft Systems (SUAS) Foreign Military Sales requirements for acquisition of RQ-12B systems. This SSN is issued for the purpose of conducting market research which will be used to formulate an acquisition strategy.� There is no solicitation package available at this time. This SSN allows potential contractors to submit a non-binding statement of interest and documentation demonstrating their corporate capabilities, size and social economic characterization IAW NAICS 336411 SBA size standards and suggestions that will allow the government to refine its potential acquisition course of action for this effort. The information provided herein is subject to change and in no way binds the government to solicit for or award a competitive contract. BACKGROUND The RQ-12B, Wasp All Environment� (AE) SUAS is managed by the UAS IPO, Redstone Arsenal, Alabama. The RQ-12B is a Reconnaissance, Surveillance, Targeting, and Acquisition, (RSTA) system that transmits live airborne video images, compass headings and location information to a Ground Control Station (GCS). This capability enables operators to navigate, search for targets, recognize terrain, and record all information for analysis. A system generally consists of the following basic components: Unmanned Aircraft (UAs); Ground Control Station (GCSs); and Electro-Optic/Infrared (EO/IR) Payloads. An Initial Spares Package (ISP) is provided to support the sustainment of basic system components. REQUIREMENTS SCOPE The Redstone Contracting Division, on behalf of the IPO, is seeking qualified business candidates that can provide from one up to 30 systems to support short range, full spectrum, and small unit UAS operations. This includes providing the necessary system hardware, services and support to ensure initial system deployment, as well as operational sustainment. Potential vendors must be capable of providing systems that are equal to, or exceed, the operational and technical characteristics supported by existing IPO managed platforms. �For the purpose of current market research, this is defined as systems that meet or exceed the Form, Fit and Function identified in the Attached Operational and Technical Characteristics of the RQ-12B, Wasp AE. NAICS CODE AND SIZE STANDARD The NAICS Code for this effort is 336411 with a SBA size standard of 1500 People. TYPE OF CONTRACT A decision as to the type of contract and competition will result from an analysis of this SSN.� SUBMISSION REQUIREMENTS Written responses to this SSN should be no more than 14 single-spaced, 8.5 x 11 inch pages [plus a cover page] using 12 point Times New Roman font [minimum]. 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. The response should include the following: A Company Profile: General description including Major Products/Business Units Primary Customer Base Size determination IAW SBA business size classification (i.e. Other Than Small; Small; Small Disadvantaged; Veteran Owned; Service Disabled, Veteran Owned; or HUBZone) Number of employees Cage Code DUNS number Statement outlining whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted.� Companies should indicate whether they are a manufacturer or non-manufacturer, based on the regulation contained in FAR 19.102(f).� Summary of Experience and Proposes Approach: Provide a description of relevant company experience and past performance on similar contracts. Provide a summary of your company's approach to meet this commercial requirement for hardware, services and support. This summary should delineate current and future capabilities [if applicable]. Identify proposed systems and provide a general description of their intended use(s). This description should include relevant configurations, and their associated support equipment, as well as a comparative summary outlining current [fielded or demonstrated] and emerging application(s) of the technology. For current applications, identify their associate programs and/or sponsors [if available]. Provide feedback on any of the Government's objectives which may unnecessarily drive schedule and/or cost. Indicate how those objectives may be tailored to improve schedule or reduce cost.� Operational/System Information: An assessment of system(s) operational and technical characteristics compared to stated characteristics in attached. This assessment should also include relevant information related to enabling equipment and technologies that exceed current requirements. An assessment of system(s) maturity and the interoperability. This assessment should cite any open architectures and/or interoperability standards employed. A clearly delineated assessment of your company�s current and projected production capabilities. This assessment should identify whether your company�s is capable of satisfying the production threshold presented under the Requirement Scope above. Identify intellectual property and data rights; as well as, the availability of all software and hardware components. Services and Support Information: An assessment of services and support available compared to stated operational characteristics in attached. Identify intellectual property and data rights. Other Requirements: Provide any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability.� Respondents are urged to limit marketing material in order to provide more substantive information in their response.� The government will not review any pages beyond the limits stated or information including appendices, marketing brochures, catalogs, videos, etc.� Submission: �All responses should be received no later than TBD.� Formats should be viewable in Microsoft Word � or Adobe Reader �.� No telephonic discussions will be held. Limited questions and comments will be entertained, and must be in writing via email. The government maintains Government Purposed Data Rights; therefore it will not be able to provide data to interested sources for the SSN.� All interested offerors must be registered in Central Contractor Registry (CCR) and ORCA under this NAICS specified in this SSN to be eligible for award of government contracts. EMAIL IS THE PREFERRED METHOD FOR SUBMITTING RESPONSES TO THIS SSN. Submit responses to the following: Point of Contact: Teresa Jordan teresa.w.jordan.civ@mail.mil 256-313-3837 Contracting Office Address: ARMY CONTRACTING COMMAND-REDSTONE SPARKMAN CIR BLDG 5303 REDSTONE ARSENAL AL 35898-5280 Processing: The government will evaluate the responses to help identify interest and the ability of the vendor community to provide support in the areas outlined in this SSN.� Information received in response to this notice will not be duplicated or used for any purposes other than those stated in this notice.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/837ba419b6994c76bef34a71eacaac18/view)
- Place of Performance
- Address: Monrovia, CA 91016, USA
- Zip Code: 91016
- Country: USA
- Zip Code: 91016
- Record
- SN05824675-F 20201010/201008230156 (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 |