Alabama Bids > Bid Detail

SOURCES SOUGHT NOTICE (SSN)/MARKET RESEARCH OF UNCREWED AIRCRAFT SYSTEMS FOR THE UNCREWED AIRCRAFT SYSTEMS INTERNATIONAL PROGRAM OFFICE

Agency:
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159194947565496
Posted Date: Oct 13, 2023
Due Date: Nov 1, 2023
Source: https://sam.gov/opp/8b2cc94da4...
Follow
SOURCES SOUGHT NOTICE (SSN)/MARKET RESEARCH OF UNCREWED AIRCRAFT SYSTEMS FOR THE UNCREWED AIRCRAFT SYSTEMS INTERNATIONAL PROGRAM OFFICE
Active
Contract Opportunity
Notice ID
PANRSA-24-P-0000
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK ACC-RSA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 13, 2023 02:27 pm CDT
  • Original Response Date: Nov 01, 2023 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1550 - UNMANNED AIRCRAFT
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
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 Uncrewed Aircraft Systems International Program Office (IPO), Redstone Arsenal, Alabama to identify and determine potential sources to support the Unmanned Aircraft Systems (UAS) Foreign Military Sales (FMS) tactical UAS requirements that are equal to the UAS identified in the attached.



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



UAS are Reconnaissance, Surveillance, Targeting, and Acquisition, (RSTA) systems that transmit 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. UAS include the following basic components: Uncrewed Air Vehicles with Full-Motion Video (FMV) payloads, GCSs with Ground Data Terminals, Launch and Recovery equipment, Ground Support Equipment, Infrastructure equipment, Simulation Devices, Electronic Technical Manuals, and an Initial Spares Package (ISP) that in general provisions spares required to sustain operations for a period of one (1) year.



REQUIREMENTS SCOPE



The Army Contracting Command - Redstone, on behalf of the IPO, is seeking qualified business candidates that can provide UAS that are equal to the UAS identified in the attached, to support the full spectrum of UAS operational needs to include training, field service representatives, contractor logistics support, maintenance tracking, and inventory tracking. Potential vendors must have the capability to provide UAS that are equal to the UAS salient characteristics identified in the attached. Equal is defined as: “Must meet or exceed the Form, Fit and Function and the attached salient characteristics.”



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 are requested to be no more than 10 single-spaced, 8.5 x 11 inch pages 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:



1. A company profile to include 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, major products, primary customer base, statement on 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).



2. A description of your company's past experience and performance on similar contracts.



3. A summary of your company's capability and approach to meet this requirement. In addition, 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.



4. Provide a clear and concise delineation of capabilities and technical description of how their solutions address a capability area and enabling technologies therein.



5. Identify intellectual property and data rights; as well as, the availability of all software and hardware components.



6. Assess the maturity and interoperability of the solution, citing any open architectures, and interoperability standards employed.



7. Summarize the current application of the technology, if it has been recently fielded or demonstrated, and associate programs and/or sponsors.



8. 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. 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.



9. All responses should be received no later than 01 November 2023. 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:



Primary Point of Contact:



Angela Andrews

angela.l.andrews5.civ@army.mil



Secondary Point of Contact:



Adana Quanshau

adana.p.quanshau.civ@army.mil



Contracting Office Address:



ARMY CONTRACTING COMMAND-REDSTONE



SPARKMAN CIR BLDG 5303



REDSTONE ARSENAL AL 35898-5280



Attachment 1 - Operational, Technical, and Service and Support Characteristics in Support of Market Research.


Attachments/Links
Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 13, 2023 02:27 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >