Federal Bid

Last Updated on 28 Oct 2019 at 11 AM
Sources Sought
Natick Massachusetts

W911QY-20-FMS UTU

Solicitation ID SSN-19-000-014835
Posted Date 28 Oct 2019 at 11 AM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W6qk Acc-Apg Natick
Agency Department Of Defense
Location Natick Massachusetts United states 01760
  DESCRIPTION
This is a Sources Sought Notification (SSN) only, as defined in FAR 15.201(e). It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. All interested parties are encouraged to respond to this SSN. Responses to this notice shall not be construed as offers and cannot be accepted by the government to form a binding contract. The U.S. government will not pay for any information or administrative cost incurred in response to this SSN. All costs associated with responding to this SSN will be solely at the expense of the interested party. Not responding to this SSN will not preclude participation in any future RFP if issued.

The Government is conducting market research for the Unmanned Aircraft Systems International Program Office (IPO), Redstone Arsenal, Alabama to identify and determine potential sources to support the Small Unmanned Aircraft Systems (SUAS) Foreign Military Sales requirements for acquisition of an Unmanned Aircraft System equal to the salient characteristics of an Aerosonde Mk4.7.

This SSN is issued for the purpose of conducting market research which will be used to formulate an acquisition strategy. There is no solicitation package available at this time. This SSN allows potential contractors to submit a non-binding statement of interest and documentation demonstrating their corporate capabilities, size and social economic characterization IAW NAICS 336411 SBA size standards and suggestions that will allow the government to refine its potential acquisition course of action for this effort.

The information provided herein is subject to change and in no way binds the government to solicit for or award a competitive contract.

BACKGROUND

The UAS International Program Office currently employs the Aerosonde Mk4.7 Unmanned Aircraft System as a Reconnaissance, Surveillance, Targeting, and Acquisition, (RSTA) system that transmits live airborne video images, compass headings and location information to a Ground Control Station (GCS). This capability enables operators to navigate, search for targets, recognize terrain, and record all information for analysis. A system generally consists of the following basic components: Unmanned Air Vehicles with payloads, GCSs with Ground Data Terminals, Launch and Recovery Trailer, Ground Support Equipment Lot, Simulator and Aerodeptus Electronic Technical Manuals. An Initial Spares Package (ISP) is included for operation and support of the basic system components.

REQUIREMENTS SCOPE

The Natick Contracting Division, on behalf of the IPO, is seeking qualified business candidates that can provide 3 (each) Unmanned Aircraft Systems equal to the salient characteristics of the Aerosonde Mk4.7 to support the full spectrum of UAS operational needs. These operational needs include training, field service representatives and system sustainment. Equal is defined as: "Must meet or exceed the Form, Fit, Function and salient characteristics (see attached) of an Unmanned Aircraft System like the Aersonde Mk4.7".
NAICS CODE AND SIZE STANDARD

The NAICS Code for this effort is 336411 with a SBA size standard of 1500 People.

TYPE OF CONTRACT

A decision as to the type of contract and competition may result from an analysis of this SSN.

SUBMISSION REQUIREMENTS

Written responses to this SSN are requested to be no more than 10 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum.  The 10 page limit does not include a title page or a table of contents.  If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include the following:

1. A company profile to include size determination IAW SBA business size classification (i.e. Other Than Small; Small; Small Disadvantaged; Veteran Owned; Service Disabled, Veteran Owned; or HUBZone), number of employees, Cage Code, DUNS number, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. Companies should indicate whether they are a manufacturer or non-manufacturer, based on the regulation contained in FAR 19.102(f).

2. A description of your company's past experience and performance on similar contracts.

3. A summary of your company's capability and approach to meet this commercial requirement. In addition, provide feedback on any of the Government's objectives which may unnecessarily drive schedule and/or cost. Indicate how those objectives may be tailored to improve schedule or reduce cost.

4. Provide a clear and concise delineation of capabilities and technical description of how their solutions address a capability area and enabling technologies therein.

5. Identify intellectual property and data rights; as well as, the availability of all software and hardware components.

6. Assess the maturity and interoperability of the solution, citing any open architectures, and interoperability standards employed.

7. Summarize the current application of the technology, if it has been recently fielded or demonstrated, and associate programs and/or sponsors.

8. The anticipated magnitude for this type of requirement is between $4,000,000 - $6,000,000 per system. Interested party's capability packages should demonstrate the ability to perform on a contract of this magnitude and complexity.

9. Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. Respondents are urged to limit marketing material in order to provide more substantive information in their response. The government will not review any pages beyond the limits stated or information including appendices, marketing brochures, catalogs, videos, etc. The government will evaluate the responses to help identify interest and the ability of the vendor community to provide support in the areas outlined in this SSN. Information received in response to this notice will not be duplicated or used for any purposes other than those stated in this notice.

10. All responses should be received no later than 28 October 2019 @ 15:00 EST. Formats should be viewable in Microsoft Word ® or Adobe Reader ®. No telephonic discussions will be held. Limited questions and comments will be entertained, and must be in writing via email. The government maintains Government Purposed Data Rights; therefore it will not be able to provide data to interested sources for the SSN. All interested offerors must be registered in Central Contractor Registry (CCR) and ORCA under this NAICS specified in this SSN to be eligible for award of government contracts. EMAIL IS THE PREFERRED METHOD FOR SUBMITTING RESPONSES TO THIS SSN. Submit responses to the following:
Point of Contact:

Brandon Rivett
[email protected]

Bid Protests Not Available

Similar Past Bids

Soldier Kentucky 03 Feb 2016 at 8 PM
Natick Massachusetts 05 Feb 2009 at 1 PM
Natick Massachusetts 09 Mar 2010 at 12 PM
Frederick Maryland 29 Sep 2020 at 2 PM
Natick Massachusetts 17 May 2021 at 11 AM

Similar Opportunities

Picatinny arsenal New jersey 15 Jul 2025 at 9 AM
New york 31 Dec 2099 at 9 PM