Alabama Bids > Bid Detail

US Army Fixed Site Low, Slow, Small Unmanned Aircraft System (UAS) Integrated Defeat System (FS-LIDS)

Agency:
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159789436808328
Posted Date: Mar 6, 2024
Due Date: Apr 7, 2024
Source: https://sam.gov/opp/aec6e6687d...
Follow
US Army Fixed Site Low, Slow, Small Unmanned Aircraft System (UAS) Integrated Defeat System (FS-LIDS)
Active
Contract Opportunity
Notice ID
PANRSA23P012576
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?

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).

General Information
  • 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 09:37 am EST
  • Original Response Date: Apr 07, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

This is a request for information (RFI)/Sources Sought Notice (SSN) only. This RFI/SSN is a request for informational purposes only and does not constitute an invitation for bid (IFB), request for quotation (RFQ), or request for proposal (RFP). This RFI/SSN does not constitute a commitment by the U.S. Army to procure products or services. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI/SSN OR OTHERWISE PAY FOR THE INFORMATION SOLICITED.





Information submitted in response to this RFI/SSN is submitted at no cost to the Government and will not be returned. Any exchange of information shall be consistent with procurement integrity requirements, and all appropriate proprietary claims will be protected to prevent improper disclosure.



Your response to this RFI is voluntary and will be treated only as information for the Government to consider. No funds have been authorized, appropriated, or received for this effort. The Army may use the information provided to develop its acquisition strategy. If a solicitation is released for the supplies or services described herein, it will be synopsized on SAM.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this potential requirement.



The US Government is conducting market research for the rapid development, deployment, and support of the US Army Fixed Site Low, Slow, Small Unmanned Aircraft System (UAS) Integrated Defeat System (FS-LIDS). The system consists of Coyote Missiles with launchers, an Electronic Warfare (EW) system, an electro-optical/ infrared camera, and a Ku-band Radio Frequency System (KuRFS) radar under the control of a Forward Area Air Defense Command and Control (FAAD C2) system that provides capability to identify and engage Group 1 and Group 2 Unmanned Aircraft Systems UASs.



Background: The US Army has a need to develop, produce and maintain countermeasures against enemy-armed and intelligence gathering UAS's operating at various speeds and altitudes which are targeting both US and their allies’ interests at home and abroad.



Interested firms who believe they can provide the below described efforts are invited to indicate their interest by providing the following information to the contract specialist listed below:




  1. Company name, company address, overnight delivery address (if different from mailing address, Cage Code, point of contact, e-mail address, telephone number, fax number.

  2. Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc.)

  3. Affirmation of cleared personnel and facilities.

  4. A description of the company's expertise in providing manufacturing expertise and producing hardware as described below.

  5. The company's experience in meeting contractual due dates for similar type efforts.

  6. NAICS Code 334511



All responses shall be unclassified.



All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked.



Interested sources shall have sufficient logistics, engineering, and other expertise to provide all facets of development, production, and support for the Army’s FS-LIDS system without the aid of a technical data package (TDP). The Government will not provide a TDP in response to this posting.



The interested source shall be capable of providing coverage, starting approximately July 2025, for the following at contract award: 1) maintenance and repair support for US Army Outside the Continental United States (OCONUS) and Continental United States (CONUS) FS-LIDS systems. 2) personnel capable of maintaining and repairing systems to meet the programs operational availability requirements to a minimum of ten CONUS and OCONUS sites. 3) training for operators and maintainers. 4) obtaining spare and repair parts and providing them to OCONUS and CONUS sites. The interested source shall be capable of maintaining and repairing more than 100 systems.



The interested source shall have sufficient engineering expertise to support the integration of the overall system as well as provide development activities for the electronic warfare system in accordance with United States Government (USG) requirements. The development activities will include both hardware and software capabilities. The interested source shall possess or have access to a facility capable of testing capability at the system and component level. The interested source shall have the capability of identifying obsolescence in the contractor supplied components and provide the USG with proposed replacements or redesigns. The interested source shall provide the USG with solutions to allow the FS-LIDS system to be exportable.



The interested source shall have the capability to produce, integrate and perform acceptance test of the FS-LIDS system IAW USG requirements. The interested source’s production facility shall have ISO 9000 certification. NAICS Code for this requirement is 334511. The estimated production requirement is 90 systems over five years.



This procurement requires the interested source to operate as a US corporation with a secure manufacturing/production facility approved to the SECRET level by the Defense Security Service (DSS). Further, the Defense Contract Management Agency (DCMA) will be asked to conduct a pre-award survey of the firm's facility to determine the capability to successfully fulfill the requirements of this contract and to minimize risk to the Integrated Fires Rapid Capabilities Office (IFRCO).



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, Preston Brent in either Microsoft Word or Portable Document Format (PDF), via email at preston.a.brent.civ@army.mil



Your written responses are required no later than 4:00PM EDT on 7 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.


Attachments/Links
Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER MISSLE
  • REDSTONE ARSENAL , AL 35898-5090
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 06, 2024 09:37 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.

Start Free Trial Today >