SOURCES SOUGHT
R -- SOCOM Follow-on - Attachment 0001
- Notice Date
- 3/15/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGY-18-R-AAAA
- Archive Date
- 4/17/2018
- Point of Contact
- Abeer J. Ameer, Phone: 4438615363, Mark D Hutchinson, Phone: 4438614798
- E-Mail Address
-
abeer.j.ameer.civ@mail.mil, mark.d.hutchinson6.civ@mail.mil
(abeer.j.ameer.civ@mail.mil, mark.d.hutchinson6.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement Synopsis: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes, and does not constitute an invitation for bids, request for proposals, quotes, or an indication that the Government will contract for the items contained in this notice. The Government will not reimburse respondents for any cost associated with the submission of the information being requested, or reimburse expenses incurred to the interested parties for responses. The purpose of this Sources Sought Notice is to allow sufficient planning time for the government to conduct market research to support this new acquisition. Program Background: On behalf of Project Manager (PM) Sensors Aerial Intelligence (SAI), Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is submitting this request for information. PM SAI is currently providing full spectrum support to the Special Operations Command (SOCOM) for operation and logistic support of deployed aircraft and PME, including aircraft and PME maintenance, training, sensor operations and field service. Additionally, the full spectrum support includes program management, system engineering, integration and testing, program security, information assurance, and property accountability. Current support is being provided by Adams Communication, Engineering and Technology (ACET) Contract No. W15P7T-10-D-D420/KZ02 and expires in June 2020. The Government is in the initial phase of developing the acquisition strategy for the continuation of this support to SOCOM. PM SAI's requirement is to provide continued Aerial Intelligence, Surveillance, and Reconnaissance (AISR) Operation and Support for SOCOM aircraft and prime mission equipment (PME) deployed Outside the Continental United States (OCONUS). Additionally, the support requires that engineering efforts may be conducted by the contractor that includes, the design, integration, test and evaluation of both aircraft and sensor capabilities resulting from obsolescence to new emerging requirements. The current Performance Work Statement being used in support of SOCOM is contained in Attachment 1 and is provided for guidance and the typical tasks required. Note: The Government does not own the Technical Data Packages for any of the A/C or PME. The support required could be provided worldwide and to all Combatant Commanders. Currently, the support being provided is primarily to CENTCOM and AFRICOM. If a Request for Proposal (RFP) is released for this effort, it is anticipated that award of this contract will be in the February 2020 time frame and the Period of Performance is projected to be for 5 years (1 Year Base Period and 4 Option Years). Request for Information: The Government is requesting perspective contractors to provide sufficient information that demonstrates their expertise/capability and experience in providing all or part of the various activities and support described in Attachment 1. If perspective contractors are interest in part of the supplies and services required by Attachment1, please indicate in your company's response which paragraph(s) the provided information applies. Please provide the following point of contact information: Company Name Mailing Address and Website Commercial and Government Entity (CAGE) Code North America Industry Classification System (NAICS) number State your companies associated Business size and eligibility under U.S. Government social-economic programs and preference (i.e., type of business -large, small, small-disadvantaged, women-owned, veteran- owned or 8(a)). Data Universal Numbering System (DUNS) number Location of facility(s) Person(s) Responding to RFI: Name Title Company Responsibility/Position Telephone Number/Fax Number Email Address Response Information: Responses to this RFI must be unclassified and should not exceed 10 pages in length in either one continuous Microsoft Word document. The Government will not reimburse responders to this notice for any costs incurred in responding, or in any subsequent exchange of information. Contractors may only provide one submission per CAGE code. If your company has different business sectors which hold different CAGE codes, each sector can submit a capability package. Submission of proprietary and other sensitive information must be marked and identified with disposition instructions. Submitted material will not be returned. The information provided and received in response to this announcement is subject to the conditions set forth in FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes. All interested firms that possess the capabilities herein are encouraged to respond to this notice by providing the information specified herein, on or before 4:00 p.m. Eastern Daylight Time on 02 April 2018 to Mark Hutchinson, mark.d.hutchinson6.civ@mail.mil, Abeer Ameer, abeer.j.ameer.civ@mail.mil, Tyrone Anthony, tyrone.k.anthony.civ@mail.mil, Gene Lehman, eugene.w.lehman.civ@mail.mil. 04
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1940445d81efba4bc5873e6c12ed9be5)
- Record
- SN04856988-W 20180317/180315232629-1940445d81efba4bc5873e6c12ed9be5 (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 |