Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
MODIFICATION

58 -- Request For Information (RFI) From All Sources on Mature Subsystems, Components, and Technologies for Future Army Aerial Intelligence Systems.

Notice Date
2/13/2008
 
Notice Type
Modification
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-08-ACS9
 
Response Due
3/26/2008
 
Archive Date
5/25/2008
 
Point of Contact
Catherine Connolly, 732-427-2315
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(catherine.connolly@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This RFI is hereby amended due to formatting errors within the submission. The text below is the modified and valid RFI. Description: This is a Request for Information (RFI). Project Manager Aerial Common Sensors (PM ACS) is gathering info rmation regarding mature subsystems, components, and technologies, within the Signals Intelligence (SIGINT) arena for future Army Unmanned Aerial System (UAS) SIGINT systems. Background: The goal of the next generation of the US Army's Unmanned Aerial Systems (UAS) SIGINT is to provide emitter mapping and situational awareness to the Common Operating Picture (COP). PM ACS seeks responses about SIGINT systems that can fit (SWaP-C) on medium-altitude UAS platforms. Details on this RFI topi c can be found in the Restricted Document Library. All DOD Contractors involved with the topic discussed above are invited to respond. To request access to the restricted/secure area please provide the following information to Mr. Michael Schwartz, and Ms . Val Pendrick via email: Mike.Schwartz@us.army.mil and Valerie.A.Pendrick@us.army.mil with the subject line: UAS SIGINT RFI Need to Know. Access to the restricted library will be limited to 2 individuals per Cage Code. 1) Company name/Company webs ite 2) Interactive Business Opportunities Page (IBOP) user name 3) Cage code 4) Point of contact information: name, phone number, and email address 5) Brief explanation of relevant capabilities/need to know Once access is granted, the w ebsite for the restricted area will be provided. Offerors will be limited to those having access to a Sensitive Compartmented Information Facility (SCIF), which has been properly accredited to operate at the SCI level, and has the required personnel clear ed for the SCI classification level. Offerors without TOP SECRET/SCI clearance will not be considered. All proprietary portions of the response package must be clearly identified and will be treated in the strictest confidence.? Responders are hereby not ified that non-Government staff supporting PM ACS will have access to submitted material, and that submission of a package constitutes consent to the disclosure of proprietary information to those non-Government staff. A list of non-Government organizatio ns supporting PM ACS in this effort is provided below. Each responder is responsible for ensuring that the appropriate non-disclosure agreements are in place with the firms indicated below. MITRE Corporation CACI International, Inc. Aerodyne, Inc. Booz Allen Hamilton, Inc. A copy of the executed agreement shall be furnished to the Acquisition Management Specialist. Information received without an agreement in place shall be: (1) Furnished voluntarily without limitations on i ts use; or (2) Available to the Government or contractor from other sources without restriction. This RFI does not constitute a commitment on the part of the Government to purchase systems or services. The Government will not award a contract b ased on this RFI. The Government will not pay for the information received in response to this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the Government's review of the information received. T he information provided will also be utilized to assess whether commercial items or non-developmental items are available that could meet the Governments requirements utilizing the policies contained in FAR Part 12, Acquisition of Commercial Items.
 
Place of Performance
Address: PM Aerial Common Sensors - SFAE-IEWS-ACS Bldg 800 - Lane Avenue Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01508109-W 20080215/080213224735 (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.