SPECIAL NOTICE
99 -- PEO IEW&S RFI
- Notice Date
- 7/12/2023 12:23:09 PM
- Notice Type
- Special Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- DEPT OF THE ARMY
- ZIP Code
- 00000
- Solicitation Number
- 1410GL2023
- Response Due
- 7/21/2023 3:00:00 PM
- Archive Date
- 08/05/2023
- Point of Contact
- Christina M. Lord, MAJ Timathy Kloth
- E-Mail Address
-
christina.m.lord.civ@army.mil, timathy.d.kloth.mil@army.ic.gov
(christina.m.lord.civ@army.mil, timathy.d.kloth.mil@army.ic.gov)
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS FOR MARKET RESEARCH PURPOSES, AND SHALL NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT, 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 SUMMIT OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR REPONSES. Program Executive Office Intelligence, Electronic Warfare & Sensors (PEO IEW&S) is conducting market research to identify nontraditional defense contractors, nonprofit research institutions, small businesses, and/or traditional defense contractors that meet the following criteria to collect input from industry, assess the technologies, and potentially utilize this research to shape future requirements. PEO IEW&S is made up of a team of multiple project managers dedicated to designing, delivering, and sustaining advanced technologies to give our Soldiers the decisive edge. The PEO for IEW&S leads a team of Soldiers, DoD Civilians, and Contractors in fielding systems that cover a gamut of military needs. The government invites responses from ONLY those companies that are able to respond YES to ALL four (4) questions below. In order to ensure accurate market research, it is imperative that ONLY those companies that are able to answer YES to the below four (4) questions respond.� If your company is not able to answer YES to all four (4) questions, please continue to monitor SAM.gov for future PEO IEW&S RFIs. The government is interested in the following four (4) questions: 1. Does your company CURRENTLY possess and do you have the ability to demonstrate electronic warfare capabilities using terrestrial and/or space systems? 2. Does your company currently employ an Engineer, Program Manager, Logistician, AND Security Officer that possess a current Top Secret / Sensitive Compartmented Information (TS/SCI) Clearance? ***NOTE: Only if your company has ALL four (4) labor categories currently employed that possess a current TS/SCI Clearance will your response be YES. The ability to hire those individuals or knowledge of individuals should result in a NEGATIVE response to this question. *** 3. Do you have a facility that meets the Physical and Technical Security Standards for Sensitive Compartmented Information Facilities (ICS-705-1) AND Standards for Accreditation and Reciprocal Use of Sensitive Compartmented Information Facilities (ICS-705-2)? ***NOTE: Only if your company facility meets BOTH standards should your response be YES. The ability to build these facilities or obtain them in the future should result in a NEGATIVE response to this question. *** 4. Do you have the ability to respond via email on the Joint Worldwide Intelligence Communication System (JWICS)? ***NOTE: Only if your company currently has JWICS should your response be YES. The ability to obtain or have access to JWICS in the future should result in a NEGATIVE response to this question. *** How to Respond to this RFI: Responses that do not meet the below specification and cannot answer YES to the above four (4) questions WILL NOT be included in the resulting Market Research. The government reserves the right to NOT contact any company that does not provide a response that meets the below specifications. Any company that provides a response, emails, or contacts individuals outside the email listed below, WILL NOT be included in the resulting Market Research. Companies should submit an UNCLASS email (both on NIPRnet and JWICS) that provides the following information in the body of the email: Company Name Company Cage Code (If Applicable) Company DUNS Number (If Applicable) Company POC Name Company POC JWICS Email Address (plus up to three additional JWICS addresses) Company UNCLASSIFIED Phone Number and UNCLASSIFIED e-mail address for Primary POC and an Alternate POC Identify if your company is a nontraditional defense contractor, nonprofit research institution, small business, traditional defense contractor and/or other ***NOTE: If �other�, provide type of business. *** State if your company has a Defense Contract Management Agency (DCMA) approved cost accounting system (Yes/ No) State if your company has a Defense Contract Management Agency �(DCMA) approved Earned Value Management System (EVMS). (Yes/ No) Companies should provide an UNCLASS attachment to the NIPRnet email that is 150 words or less as a response to the four (4) questions listed above. Companies should not include charts and/or pictures. Companies should utilize Arial Font 12. Font should not use bold, underline, or italicized. Do not send UNCLASS attachment on JWICS. Send UNCLASS NIPRnet response to christina.m.lord.civ@army.mil; send UNCLASS response on JWICS to timathy.d.kloth.mil@army.ic.gov [please copy furnish (cc:) up to three additional JWICS addresses for alternate personnel in your company]. The government reserves the right to contact those companies that provide a response for further information if determined to be in the best interest of the government.� This RFI should not be construed as market research associated with a Request for Proposal (RFP) or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market research. The information obtained from this event will be utilized for market research purposes only. NOTICE:� The government may utilize System Engineering and Technical Assistance Contractors (SETAC) to provide subject matter expertise during review of the responses. All Contractors have an appropriate Non-Disclosure Agreement in place with the government. Contracting Office Address ARMY CONTRACTING COMMAND - REDSTONE ARSENAL, BUILDING 7696; REDSTONE ARSENAL, AL 35898-5090; USA Primary Point of Contact Christina M. Lord
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/06b69aa87e9b484cb52098db7b7da9c9/view)
- Record
- SN06745314-F 20230714/230712230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |