Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2003 FBO #0455
SOLICITATION NOTICE

58 -- Leaflet Delivery System (LDS), referred to as The Wind Supported Air Delivery System (WSADS)

Notice Date
2/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
USZA22-03-R-0022
 
Response Due
3/28/2003
 
Archive Date
4/12/2003
 
Point of Contact
Marc Duval, Contract Specialist, Phone 813-281-0560 x304, Fax 813-828-7504, - Ron Music, Contract Specialist, Phone 813-828-2892, Fax 813-828-7504,
 
E-Mail Address
duvalm@socom.mil, musicr@socom.mil
 
Description
Request For Information and Request for Proposal (RFI / RFP): This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a hardcopy solicitation will not be issued. United States Special Operations Command (USSOCOM) is requesting information and proposals seeking potential U.S. sources interested in competing for production, fielding, and sustainment of a Leaflet Delivery System, (LDS), variant materiel solution, referred to as the Wind Supported Air Delivery System (WSADS). Currently, USSOCOM has a requirement for up to two (2) systems, with a possibility for follow-on requirements up to a total quantity of 74 systems. The Request For proposal (RFP) Number is: USZA22-03-R-0022. Because of program schedule, this is a combined synopsis, request for information from industry, and solicitation seeking proposals on qualified candidate technology that will meet the performance specifications of the WSADS. We seek frank information and proposals from each respondent on how your unique approach might meet the needs of the program (see below). Although we intend to make use of information you submit to further shape this acquisition, we will not release any information about your approach that might compromise your competitive posture or proprietary information. USSOCOM desires a materiel solution to address the Psychological Operations (PSYOP) forces requirement to accurately deliver (PSYOP) products (leaflets) to a variety of targets and threat areas with minimal risk to aircrews/aircraft/delivery system. The desired solution must be useable across the spectrum of conflict and during peacetime operations. Candidate systems must be able to transport leaflets via autonomous flight to a designated release point (LAT/LONG at specific altitude and Grid Coordinates). The system must also monitor wind conditions while in flight and modify calculations, if needed, to solve for proper release point within the indicated tolerances; automatically release the leaflet cargo; and proceed to a predetermined destination for recovery. Interested parties can obtain a copy of the USSOCOM WSADS Performance Specification LDS-WSADS-OOO2, dated 1 September 2000 by emailing a request to duvalm@socom.mil. This announcement is an RFI / RFP seeking responses from potential sources interested in competing for production, fielding, and sustainment of the WSADS LDS variant starting in late April/May 2003 timeframe. There are no development funds available and the proposed system must be COTS having completed necessary safety assessment/analysis reporting and have demonstrated capability for US military air-drop and ground-launch employment. Responses shall identify the respondent, describe proposed applicable technology relevant to the LDS requirement and WSADS performance specification, and outline past organizational experience with autonomous precision guided airborne delivery systems. Responses to this notice are due no later than 28 March, 2003. Based upon an assessment of the responses to this RFI / RFP, it is the intention of the LDS Program Manager to enter production within 180 days after deadline for response to this RFI/RFP. The provision at 52.212-1, Instruction to Offerors--Commercial Items, applies to this acquisition with no addenda. The provision at 52.212-3, Offeror Representations and Certification ? Commercial Items applies to this acquisition with no addenda. The provision at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition with no addenda. The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial items applies and includes the following: 52.222-21, 52.222-25, 52.222-26, 52.222-35, 52.222-36, 52.222-19, and 52.225-3. The provision at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies and includes the following: 252.225-7001. Notice: The offeror?s attention is directed to the fact that contractor consultant/advisors to the Government will review and provide support during proposal evaluations. When appropriate, non-Government advisors may have access to offeror?s proposals, and may be utilized to objectively review a proposal in a particular functional area and provide comments and recommendations to the Government?s decision makers. They may not establish final assessments of risk, rate or rank offeror?s proposals. All advisors shall comply with Procurement Integrity Laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest Statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding source selection and proprietary data. Submission of a proposal in response to this solicitation constitutes approval to release the proposal to Government Support Contractors. Please direct all questions concerning this RFI / RFP to Mr. Marc Duval, email duvalm@socom.mil. See numbered note 22.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USSOCOM/SOAL-KB/USZA22-03-R-0022/listing.html)
 
Place of Performance
Address: U.S. Special Operations Command/SOAL-K 7701 Tampa Point Blvd. Attn: Marc Duval MacDill AFB, FL 33621-5323
Zip Code: 33621
 
Record
SN00267812-F 20030302/030301141835 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.