Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 11, 2018 FBO #5924
SOURCES SOUGHT

14 -- M-SHORAD Onboard Sensor Capability

Notice Date
2/9/2018
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-18-R-0070
 
Archive Date
3/3/2018
 
Point of Contact
Tiffany R. Campbell, Phone: 2568760699, Nicholas B. Kirby, Phone: 2568427404
 
E-Mail Address
tiffany.r.campbell22.civ@mail.mil, nicholas.b.kirby.civ@mail.mil
(tiffany.r.campbell22.civ@mail.mil, nicholas.b.kirby.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Market Survey to Support Cruise Missile Defense Systems (CMDS) Project Office The purpose of this RFI is to determine if there are sources with the ability to deliver and integrate an onboard acquisition, tracking, surveillance, queuing and fire control quality data sensor capability for short range air defense that meets the requirements designated in this RFI. The United States Government (USG) will not pay for information received or equipment used by the contractor. Any information provided will be protected in accordance with the document markings. In accordance with Federal Acquisition Regulation (FAR) 15.201 (e), responses to this notice are not an offer and cannot be accepted by the USG to form a binding contract. Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes: (a) The USG does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. (b) Although "proposal" and "offeror" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. (c) This RFI is for planning and market research purposes only and should not be considered as a request for proposal or as a solicitation to do business with the USG. RESPONSE INSTRUCTIONS Part A. Business Information: Please provide the following information for your company/institution and for any teaming or joint venture partners: 1. Company/Institute name 2. Address 3. Point of Contact 4. CAGE Code 5. DUNS Number 6. Phone Number 7. E-mail Address 8. Web page URL 9. Size of business pursuant to North American Industry Classification System (NAICS) Code 336414. Based on the NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Woman Owned Small Business (Yes/No) c. Small Disadvantaged Business (Yes/No) d. 8(a) Certified (Yes/No) e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Small Business (Yes/No) h. Central Contractor Registration (Yes/No) i. Statement describing company as domestically or foreign owned (if foreign owned, please indicate country of ownership). Part B. Capability: All information provided will be adequately protected. Any proprietary information must be identified. To be reviewed, the statement "Releasable to USG Agencies and their supporting Contractors for Review Only" must accompany any proprietary submission. The USG reserves the right to request further clarification to enhance understanding of the respondent's submittal. Interested offerors are requested to submit the following in a white paper no later than 16 February 2018. 1. Description of your current onboard acquisition and track sensor capability (i.e. search/detect/identification ranges, target types, Electronic Attack/ Electronic Protection (EA/EP), network connectivity/security, survivability) utilizing current Stryker double "v" hull (DVH) A1 performance parameters and onboard power generation. 2. Brief description of your company's capabilities and the nature of the goods and/or services you provide. 3. Description of anticipated risks and mitigation steps associated with your proposed sensor. 4. Provide ROM cost for delivery of minimum 1 and maximum 50 units and anticipated timeframe to integrate on a Stryker vehicle. 5. Description of the expected performance and effectiveness of proposed sensor 6. Technical Maturity Level of the proposed sensor. 7. Description of any other relevant information about the proposed system that may be beneficial for the USG to know. SUBMISSION INSTRUCTIONS: Submission shall be unclassified and shall be limited to no more than 25 one-sided 8.5" x 11" pages using 11 point Arial font size with one inch margins; line spacing shall be set at no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. If any of the material provided contains proprietary information, then mark and identify disposition instructions (submitted data will not be returned). Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. Marketing material is considered an insufficient response to this RFI. All replies to this announcement must reference RFI W31P4Q-18-R-0070. No telephonic inquiries will be accepted. Please limit responses to electronic delivery to the following e-mail address: Tiffany.r.campbell22.civ@mail.mil and copy Nicholas.b.kirby.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1ee07a700917166f16356ed8d9fe94ff)
 
Place of Performance
Address: Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04818204-W 20180211/180209230913-1ee07a700917166f16356ed8d9fe94ff (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.