SOLICITATION NOTICE
12 -- PEO-LS PM GBAD Installation-Counter small Unmanned Aircraft System (I-CsUAS)
- Notice Date
- 1/19/2024 7:39:19 AM
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- COMMANDER QUANTICO VA 22134-6050 USA
- ZIP Code
- 22134-6050
- Solicitation Number
- M67854-24-R-0003
- Response Due
- 2/19/2024 11:00:00 AM
- Archive Date
- 03/19/2024
- Point of Contact
- Shannon Graves, STASIA BAKER
- E-Mail Address
-
shannon.graves@usmc.mil, stasia.baker@usmc.mil
(shannon.graves@usmc.mil, stasia.baker@usmc.mil)
- Description
- THIS IS A PRE-SOLICITATION NOTICE ONLY; NO PROPOSALS ARE BEING REQUESTED AT THIS TIME.� Any questions pertaining to the solicitation will not be answered. Information contained in this notice is subject to change. Program Executive Office, Land Systems (PEO-LS) Program Manager, Ground Based Air Defense (PM GBAD), is responsible for the development of the I-CsUAS to defend covered assets. Failure to deliver this capability places personnel, covered facilities, and assets at unnecessary risk. The Marine Corps requires a modernized C-sUAS capability to counter the evolving threats. To address this capability gap, the Marine Corps intends to use advanced technologies incorporated throughout the full �kill chain� to successfully detect, track, identify, and defeat sUAS. This �kill chain� will encompass integrated and networked sensor nodes along with the ability to protect the defended asset both non-kinetically and kinetically as laws and policy allow. An installation security capability gap exists regarding the detection, tracking, identification, and defeat of sUAS operating under the vicinity of covered facilities and assets as described in United States Code Title 10, Section 130i. To mitigate this gap, a compelling need exists for the development and employment of a counter sUAS capability for installations. The sUAS threat poses unique challenges to military installations when compared to those of operational forces. The Government anticipates a Request for Proposal (RFP) to be released in the second quarter of Fiscal Year 24 with an ordering period of five years with an optional ordering period of five years. The applicable North American Industry Classification System (NAICS) code is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The Product Support Code (PSC) is 1230, Fire Control Systems, Complete. It is the intent of the Government to process this procurement under FAR 15, Contracting by Negotiation, and to ultimately award a single, hybrid, Firm Fixed Price/Cost Plus Fixed Fee, Indefinite Delivery/Indefinite Quantity (IDIQ) contract as a result of the forthcoming RFP. This procurement will be conducted as a full and open competition. For the purposes of market research, PM GBAD issued Request For Information (RFI) M67854-23-I-0001 on 15 November 2022, and held an Industry day on 12 July 2023. The RFI and event provided opportunities for interested parties to submit questions and provide information to the Government, and the contents therein are no longer valid as it pertains to the formal RFP. Upon its release, the RFP will be issued electronically, and be available for downloading at the Contracting Opportunities platform, https://sam.gov, and the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. All documents of the RFP package will be included in both postings. Paper copies, faxed copies, or email copies of the RFP will not be provided. The closing date for the receipt of offers will be set forth in the RFP. Interested parties are solely responsible for monitoring https://sam.gov for posting of the RFP and any amendments. Award will be made to the responsible offeror whose proposal represents the best value to the Government utilizing the Best Value Trade-Off approach. Technical requirements will be set forth in the RFP. All responsible sources may submit a proposal, which will be considered by the Government. The prospective awardee must be registered in the System for Award Management (SAM) database. Lack of registration in the SAM database will make an offeror ineligible for award. Contractors may obtain information on registration and annual confirmation requirements at https://sam.gov. The points of contact for this pre-solicitation notice and the resultant RFP are Ms. Shannon Graves, Contract Specialist, Shannon.Graves@usmc.mil, and Ms. Stasia Baker, Contracting Officer, Stasia.Baker@usmc.mil. Please reference the Notice ID on any correspondence.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5c4c79b8300741fc8ddf35240a21c3a5/view)
- Place of Performance
- Address: Quantico, VA 22134, USA
- Zip Code: 22134
- Country: USA
- Zip Code: 22134
- Record
- SN06940183-F 20240121/240119230047 (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 |