Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2006 FBO #1776
MODIFICATION

15 -- VCUAS - SYSTEMS AND CLS

Notice Date
10/5/2006
 
Notice Type
Modification
 
NAICS
336411 — Aircraft Manufacturing
 
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
Reference-Number-H92222-07-RFIU1
 
Response Due
11/7/2006
 
Archive Date
11/22/2006
 
Description
This announcement is not a Request for Proposal (RFP) and constitutes only a Request for Information and is updated to provide FedTeDS web cite, https://www.fedteds.gov/. HQ USSOCOM is seeking informational white papers from interested firms in one or both areas listed below to assist in market research efforts. The two areas being explored include: 1. Firms capable of providing logistical support for six (6) existing USSOCOM Neptune II Unmanned Aircraft Systems designed and built by DRS Unmanned Technologies. 2. Firms that have current or near-term products available that can meet the USSOCOM Vehicle Craft Unmanned Aircraft System (VCUAS) system requirements for potential future buys in FY08-09. USSOCOM anticipates awarding up to two Indefinite Delivery Indefinite Quantity (IDIQ) contract(s) with a period of performance starting 1 May 2007 with annual renewable ordering periods through 30 April 2013 to provide contractor logistics support for the existing Neptune II systems and/or four (4) additional VCUAS systems. In addition, USSOCOM anticipates awarding and Indefinite Delivery Indefinite Quantity (IDIQ) contract for up to two (2) VCUAS systems in October 2007 and two (2) VCUAS systems in October 2008. If insufficient firms indicate interest and/or demonstrated capability to meet the stated requirements in this RFI, USSOCOM may procure the CLS for existing Neptune II systems and additional systems sole source from DRS Unmanned Technologies, Inc. Interested firms are invited to submit their capabilities for either or both requirements, in writing, within thirty (30) calendar days of the date of this announcement, no later than (NLT) 2:00 PM local time. The white paper response is not to exceed eight (8) pages. Each area (CLS for the existing Neptune II systems and the additional VCUAS procurement) should be addressed in a separate white paper with each response to be no longer than the 8 page limit. Technical description for the White Paper to address is posted on FedTeDS https://www.fedteds.gov/. Questions regarding this RFI shall be submitted in a timely manner to the PCO or to LtCol Kevin Johnston, 813-828-8497. White papers must be sent to: HQ UNITED STATES SPECIAL OPERATIONS COMMAND, ATTN: SOAL-KB, 7701 Tampa Point Boulevard, MacDill AFB, FL, 33621 (Ms.Kim DeBois Sousa, PCO), or email to deboisk@socom.mil . The NAIC Code is 336413. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT AN RFP AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUCEMENT AND ANY FOLLOW-UP REQUESTS FOR INFORMATION.
 
Record
SN01162310-W 20061007/061005220959 (fbodaily.com)
 
Source
FedBizOpps 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.