SOURCES SOUGHT
58 -- RFI EUCOM FAAD C2 & AMDWS Field Service Representative (FSR), Engineering Support, Technical Support, and Maintenance Services for Eastern European NATO nations
- Notice Date
- 2/21/2024 12:53:50 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
- ZIP Code
- 35898-5090
- Solicitation Number
- ACCRSA24R0033
- Response Due
- 3/7/2024 3:00:00 PM
- Archive Date
- 03/22/2024
- Point of Contact
- David C. Webb, Victorita Bailey
- E-Mail Address
-
david.c.webb8.civ@army.mil, victorita.bailey.civ@army.mil
(david.c.webb8.civ@army.mil, victorita.bailey.civ@army.mil)
- Description
- REQUEST FOR INFORMATION The Army Contracting Command, Redstone Arsenal, AL is issuing this Request for Information (RFI) as a means of conducting market research to identify parties having an interest in and the resources to support the below requirement. The applicable National American Industry Classification System (NAICS) code assigned to this procurement is 541330. This Sources Sought Notice is being published in accordance with FAR Parts 10.002, Market Research and 15.201 Solicitations and Receipt of Proposals (RFP). It is an RFI in support of a market survey, NOT A SOLICITATION. Issuance is for planning purposes only to assist in identifying potential sources capable of supporting Forward Area Air Defense Command and Control (FAAD C2) and Air and Missile Defense Workstation (AMDWS). This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract or restrict the Government to a particular acquisition approach.�� Responses to this notice will be used for a market research analysis that will assist in determining if the contemplated acquisition could be conducted under full and open competition or should be set aside for small business pursuant to FAR Part 19 Small Business Programs. Respondents shall indicate in their response whether they qualify as a small business or qualify under other specialty designated programs such as Veteran Owned Service Disabled (VOSO), historically Underutilized Business Zone (HUBZone), SA or others under this NAICS code. The Government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to this notice. This request for capability information does not constitute a request for proposals. Submissions of any information in response to this market survey is purely voluntary. Requirement Statement:� The Government seeks white papers regarding the capabilities, past similar experience and technical approach to this effort and industry�s assessment/ opinion of the most efficient and cost-effective method of executing this effort.� The requirements for this action are: 1.� To provide the necessary Field Service Representative (FSR) Support, engineering services and technical support, warranty, maintenance services, and security to Eastern Europe into the North Atlantic Treaty Organization (NATO) architecture for Air Defense and Counter-Unmanned Aerial Systems (C-UAS) in support of their homeland defense. 2. Security � the interested party shall be able to obtain and maintain personnel and facilities at the SECRET clearance level.� The interested party shall be capable of complying with the Safeguarding Covered Defense Information and Cyber Incident Reporting clause at DFARS 252.204-7012 and shall have a Cybersecurity program that follows the National institute of Standards and Technology (NIST) Framework for Improving Critical compliance assessments performed by the Government. The response should include the following: (1) Company information to include: Company name; size of company; small business category; brief introduction of business; cage code; point of contact to include phone number and email address; geographic presence;� (2) identify if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; (3) statement of� capability outlining past work that is related to this requirement as identified above and (4) provide any other pertinent information that will assist the USG in this assessment. Purpose and Limitations:� The Government�s intent is to better understand the current capabilities and strategies to determine the best solution.� Industry feedback is vitally important, and the Government will be receptive to all ideas.� Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked.� Electronic submissions are strongly encouraged.� All items must be in Microsoft Office 2003 or later format or Adobe PDF format.� Not responding to this source sought does not preclude participation in any future RFP, if any is issued.� If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website.� It is the responsibility of any potential offeror to monitor SAM.gov for additional information pertaining to this requirement.� All questions and industry responses shall be submitted via email to Army Contracting Command � Redstone, Contract Specialist: David C. Webb, david.c.webb8.civ@army.mil with a courtesy copy to the Procuring Contracting Officer: Victorita Bailey, victorita.bailey.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7f96e9207a2401e9300fff2fb15f84d/view)
- Record
- SN06973028-F 20240223/240221230053 (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 |