SOURCES SOUGHT
L -- Outside the Continental United States (OCONUS) Field Service Representatives (FSRs) with knowledge and experience in maintaining, repairing and operating the Anti-Unmanned Aerial Vehicle Defense System (AUDS).
- Notice Date
- 5/29/2018
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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-0102
- Archive Date
- 6/29/2018
- Point of Contact
- Jonathan W. Dickens, Phone: 2568768972, Brian T. Ridley, Phone: 2568427137
- E-Mail Address
-
jonathan.w.dickens.civ@mail.mil, brian.t.ridley.civ@mail.mil
(jonathan.w.dickens.civ@mail.mil, brian.t.ridley.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a request for information (RFI)/Sources Sought (SS) only. This RFI does not constitute an invitation for bid (IFB), request for quotation (RFQ), or request for proposal (RFP). The US Government is conducting market research for Outside the Continental United States (OCONUS) Field Service Representatives (FSRs) with knowledge and experience in maintaining, repairing and operating the Anti-Unmanned Aerial Vehicle Defense System (AUDS). Background: The US Army has identified a need to continue OCONUS FSR support for the AUDS deployed in theatre that provide countermeasures against enemy-armed and intelligence gathering UAS's operating at various speeds and altitudes, which are targeting US interests. Approximately 4 FSRs will be required to deploy for up to 12 months per year. Interested sources need to demonstrate the technical capability, corporate knowledge, and experience in providing all technical expertise, planning, management, and support for the AUDS. This procurement requires the contractor to operate as a US corporation with personnel who possess a current and active SECRET level security clearance. Interested firms who believe they are capable of providing the aforementioned services 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. 4. A description of the company's expertise in providing expertise on AUDS as identified above. 5. A detailed description of the company's experience in providing specific support services to AUDS. 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. The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. This RFI is for planning purposes only and shall not be considered as an IFB, RFQ, or RFP. Additionally, there is no obligation on the part of the Government to acquire any products described in this RFI. Your response to this RFI is voluntary and will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The Army may use the information provided to develop its acquisition strategy. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. The Government will not pay for the information submitted in response to this RFI. If a solicitation is released for the supplies or services described herein, then it will be synopsized on the Army Single Face to Industry Web site. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this potential requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bc1f0e24727793ed3744fe3bd29ef293)
- Record
- SN04936900-W 20180531/180529231006-bc1f0e24727793ed3744fe3bd29ef293 (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 |