REQUEST FOR INFORMATION
Program Executive Office Command Control Communications-Tactical (PEO C3T)
Project Manager Mission Command (PM MC)
Product Manager Mounted Mission Command (PdM MMC)
Purpose:
Request for Information (RFI) from US Army industry partners for development of a form-fit replacement of the current BFT-2 Aviation transceiver system. The replacement system would host the next-generation Blue Force Tracking-3 (BFT-3) waveforms for the enduring and future aviation fleet.
The Government is requesting sources sought in the form of a White Paper, not to exceed 10 pages including annexes, size 12 font with single line spacing, and no less than 1” margins. The white paper must contain relevant corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described herein.
Intent:
This is an RFI only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this RFI or its responses. Responses to this RFI will be treated only as information for the Government to consider in pursuit of relevant market research. There is no payment for direct or indirect costs in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations for contract award. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information in their response. The Government will not pay for the information submitted in response to this RFI. The Government will not consider RFIs with generic capability statements.
Requirement Overview:
PM MC is specifically interested in capability options that are designed with reduced size, weight, and power (SWaP). Modularity, serviceability, and cost.
Submission of Responses: Responses shall be submitted by no later than (NLT) 1200 hours EST on 01 March 2024. All questions and responses shall be submitted via Microsoft Word and emailed NLT 09 February 2024 to the primary POC for this RFI.
Additional Discussions:
The Government may choose to reach out to select respondents for additional questions as a result of this RFI. Such discussions would only be used to obtain additional information as part of the Government’s market research process.
Questions:
Questions regarding this RFI shall be submitted in writing by email to the contacts listed below. Questions are due by 1700 hours EST on 09 February 2024. The Government does not guarantee that questions received after 09 February 2024 will be answered.
Disclaimer:
This RFI is issued solely for information and planning purposes. This RFI is not a solicitation and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this request. Federal Acquisition Regulation (FAR) clause 52.215-3, “Request for Information or Solicitation for Planning Purposes”, is incorporated by reference. The Government does not intend to reimburse respondents for any costs associated with the submissions of their responses to this RFI; respondents to this RFI are solely responsible for all expenses associated with responding. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in response to this RFI that is marked “Proprietary” will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Since White Papers will be shared outside the Government with support contractor organizations, submissions should confirm there is no issue with the release of any proprietary documentation provided to individuals or organizations covered under a PM MC Non-Disclosure Agreement (NDA).
Responses from this RFI will be used to formatively shape broad Army guidance for acquiring software solutions. Response content may be aggregated and anonymously published into summary documentation to facilitate such guidance. Any publications resulting from this RFI will be non-attributional, and RFI respondents’ consent for their responses to be used for such purposes.
Attachments/Links:
Current Aviation BFT-2 Antenna
Contracting Office Address:
Primary Point of Contact:
Cynthia Grove
Secondary Point of Contact:
Major Nathaniel Titus