SOURCES SOUGHT
58 -- Advanced Radar Threat System Variant 1 (ARTS-V1) Contractor Logistics Support (CLS)
- Notice Date
- 3/14/2024 3:38:43 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8210 AFLCMC HBZK HILL AFB UT 84056-5838 USA
- ZIP Code
- 84056-5838
- Solicitation Number
- FA8210-24-ARTS_V1-CLS
- Response Due
- 5/13/2024 11:00:00 AM
- Archive Date
- 05/28/2024
- Point of Contact
- Kristina Lenderman, Phone: 801-775-4427, Tyler Newey, Phone: 801-586-5097
- E-Mail Address
-
kristina.lenderman@us.af.mil, tyler.newey@us.af.mil
(kristina.lenderman@us.af.mil, tyler.newey@us.af.mil)
- Description
- ***THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURSPOSES ONLY. THIS IS NOT A REQUEST FOR BIDS/PROPOSALS.*** NOTICE:� This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. 1. This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of potential vendors. 2. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.� 3. Description: The Government will use this information to determine if there are interested and qualified vendors to include 8(a), Service-Disabled Veteran-Owned, Hub zone, and Woman-Owned small business concerns, to support an Indefinite Delivery/Indefinite Quantity (IDIQ) type contract. The government requests that any interested parties responding to this notice identify your small business status, if any, to the identified North American Industry Classification System (NAICS) code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. ARTS-V1 is for modern, long-range, strategic SAM threats. The system will provide full fidelity simulation of the tracking and engagement component of the threat(s). ARTS-V1 is a robust and ruggedized mobile system that tracks and/or engages multiple targets simultaneously. The Government owns a level 3 Technical Data Package (TDP) for the system.� COTS manuals are available. The Government has unlimited data rights for the system. This Source Sought Synopsis will not necessitate the transmission nor storage for classified information. Therefore, a DD254 will not be executed during this process. However, once this effort reaches Requests for Proposals (RFP), a DD254 will be executed to support the effort as the transmission, processing, creation, and storage of CLASSIFED information will be required. The government will not sponsor the contractor�s Facility Clearance List (FCL) in this effort.� Security will be handled in accordance with the DD254 for classified efforts when executed. Scope of work: 1. The Government is seeking a CLS contract to support depot maintenance support for the ARTS V1 system. The attached Statement of Work (SOW) describes the requirements and objectives for ARTS-V1 CLS, and sustainment of three ARTS-V1 systems. Two will be fielded to Nevada Test and Training Range (NTTR) and one will be fielded at Joint Pacific Alaska Range Complex (JPARC).� Contractor support will require a Mobile Depot Maintenance (MDM) concept. 2. The Government is also seeking a CLS contract for spares management for the ARTS-V1 systems. The Contractor shall provide CLS for the ARTS-V1 sufficient to sustain operational tempos and meet the Performance Standards as listed in Section 2.4.6 of the attached SOW. Requested Responses 1. Please request access to the ""(CUI) SOW for CLS - 14 Mar 24"" attachment using the access request on this page. Please provide your POC name, email, company name, and company CAGE code to get access. 2. Business Information: Provide the following business information for your company: Company Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page Address: Central Contractor Registration (CCR) (Yes/No): Specify whether your company is a U.S. or foreign-owned firm: Recommended North American Industry Classification System (NAICS Code) if other than 541330: 3. Based on above NAICS code, state whether your company is a small business and provide additional information regarding the type of small business (women-owned, small- disadvantaged, HUBZone, etc.). 4. Responses to the ""Sources Sought Synopsis for ARTS-V1 CLS - 14 March 24"" attachment Please direct questions to Government POC's provided in this posting. Please provide responses to the Government POC's provided in this posting for numbers 2-4 of the Requested Responses by the due date specified in this posting. ***AGAIN, THIS IS ONLY A SOURCES SOUGHT MARKET SURVEY.�THIS IS NOT A REQUEST TO RESPOND TO A SOLICITATION.*** A determination by the Government to compete this proposed contract action will be based upon responses and Government needs. It does not guarantee that an RFP will be issued. Responses to this Sources Sought are not offers and cannot be accepted by the USAF to form a binding contract or agreement. The information provided will be used to determine the best acquisition strategy for this procurement. The USAF will not provide reimbursement for the information provided. The USAF will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to the notice will not be returned. Not responding to this notice does not �preclude participation in any future solicitation, if one is issued.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d66cf6a3ef7640e389546aaf4326a11c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06997970-F 20240316/240314230057 (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 |