Dronebuster® Block 3/B, Block 4, and/or Block 4 Fixed Site
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159530789570805 |
Posted Date: | Mar 6, 2024 |
Due Date: | Apr 5, 2024 |
Source: | https://sam.gov/opp/725c25f837... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Mar 06, 2024 07:37 am EST
- Original Response Date: Apr 05, 2024 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Apr 20, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 5865 - ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT
-
NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
-
Place of Performance:
Redstone Arsenal , AL 35898USA
This is a Sources Sought for market survey purposes only. This is not a solicitation for proposals. No contract shall be awarded, nor will reimbursement be made for any costs associated with providing information in response to this announcement.
The United States Army Aviation and Missile Command (AMCOM), Redstone Arsenal, Alabama, anticipates a requirement to provide Dronebuster® Block 3/B, Block 4, and/or Block 4Fixed Site (FS), Counter Unmanned Aerial Systems (C-UAS). The purpose of this request is to gain knowledge of interest, capabilities, and qualification of businesses to provide the Dronebuster® Block 3/B, Block 4, and Block 4FS systems with fixed price requirements. This announcement supports the Federal Acquisition Regulation Part 10 Market Research requirement.
- PROGRAM BACKGROUND
The Integrated Fires Rapid Capabilities Office -International (IFRCO-I) plans, coordinates and synchronizes programmatic, logistics, training, and technical management of international systems of systems, delivering emerging and rapid development Short Range Air Defense and Counter Unmanned Aircraft Systems capabilities to foreign partners.
- REQUIRED CAPABILITIES
The contractor shall be capable of delivering 20 each C-UAS systems (Dronebuster®) used to defeat Commercial Off the Shelf (COTS) drones. Each Dronebuster® Kit shall include:
-
One (1) Dronebuster® (Block 3B, Block 4, or Block 4FS) and the following items appropriate for the Dronebuster® version ordered:
- One (1) Combat Sling
- One (1) Battery Charger, Li-Ion
- Two (2) Batteries, Li-Ion, 7.2VDC
- One (1) User’s Manual
- One (1) Quick Reference Card
- One (1) Shipping Case
- Additional User Manuals and Quick Reference Cards may be required based on quantity of Dronebuster® Kits purchased.
- ELIGIBILITY
The Product Service Code is 5865. NAICS code: 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.
Offeror's response to this announcement shall be limited to 3 pages in length in Times New Roman font of not less than 10 pitch and shall include the following information:
- Offeror's name, address, point of contact, phone number, and e-mail address.
- Offeror's interest in bidding on a solicitation when it is issued.
- Offeror's CAGE Code, business size (if a small business, please indicate whether HUBZone, Service-Disabled Veteran Owned Small Business, 8(a), etc.)
- Offeror's Joint Venture information, if applicable (existing and potential)
- Tailored capability statements addressing the particulars of this effort.
- Estimated lead times for each version (Block 3/B, Block 4, and Block 4FS).
- Standard and extended warranty information.
- Recent past performance through operational deployment.
NOTE: Please do not submit marketing materials/brochures with the requested capabilities statement. The capabilities statement submitted in accordance with the instructions above is all that will be reviewed for purposes of this market research.
Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.
All responses to this Sources Sought shall be electronically submitted to the Contract Specialist, Steven R. Palmer in either Microsoft Word or Portable Document Format (PDF), via email at steven.r.palmer16.civ@army.mil.
Your written responses are required no later than 4:00pm CST on 5 April 2024.
All questions and comments must be in writing (electronic email responses are acceptable), and no telephone calls will be accepted. The submission of this information is for planning purposes and is not to be construed as a commitment by the Government to procure any items, nor does the US Army intend to award based on this request for sources sought or otherwise pay for the information solicited or any follow up information requests.
- AMCOM CONTRACTING CENTER MISSLE
- REDSTONE ARSENAL , AL 35898-5090
- USA
- Steven Palmer
- steven.r.palmer16.civ@army.mil
- Susan Ruzicka
- susan.e.ruzicka2.civ@army.mil
- Mar 06, 2024 07:37 am ESTSources 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.