Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2014 FBO #4690
SOURCES SOUGHT

15 -- Request for Information for Warrior A/Warrior Block 0 CLS for FY2016

Notice Date
9/25/2014
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-RFI-WARRIOR
 
Response Due
10/6/2014
 
Archive Date
11/24/2014
 
Point of Contact
Steven Keiser, 256-842-1424
 
E-Mail Address
ACC-RSA - (Aviation)
(steven.d.keiser2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY The United States Government (USG) Army Contracting Command Redstone Arsenal (ACC-RCA) is seeking alternative sources that can provide CLS services in support of Warrior A/Warrior Block 0 in the Contiguous United States (CONUS) and Outside Contiguous United States (OCONUS). This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the U.S. Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. The information provided in the RFI is subject to change and is not binding on the Government. The U. S. Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Additionally, responses may include data that the offeror does not want disclosed to the public for any purpose or used by the Government except for information purposes. If your company wishes to restrict the data, the title page must be marked with the following legend: Use and Disclosure of Data This response includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this response. This restriction does not limit the Government's right to use information contained in these data if they are obtained from another source without restriction. The data subject to this restriction are contained in Data Sheets [insert numbers or other identification of sheets]. Your company may also mark each sheet of data it wishes to restrict with the following legend: quote mark Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this response. quote mark DESCRIPTION: PM Unmanned Aircraft Systems (UAS) is seeking information on an available supplier for CLS services in support of Warrior A/Warrior Block 0 in the Contiguous United States (CONUS) and Outside Contiguous United States (OCONUS). The contractor shall provide program management, personnel, support and test equipment, engineering, operational, and logistics support for the Warrior A/ Warrior Block 0 system. This CLS effort was listed in the Competition Advocate's Shopping List (CASL) on 8 July 2014. The previous CLS effort for FY 13/14 was posted to the Competition Advocate's Shopping List (CASL) on 16 July 2012. The planned execution and delivery period is tentatively for FY16. Currently, there is not a technical data package (TDP) available to support these limited interim assets, the Warrior A and Warrior Block 0 and the Government intends to award one contract. The requirement will remain consolidated due to system inclusion in the Military Intelligence Program. Sources should provide documentation which demonstrates a strong background, history and past performance in streamlining and facilitating acquisition, addressing obsolescence, enhancing USG-contractor interactions, and containing cost with comprehensive cost controls. Interested vendors are encouraged to provide substantiated evidence of their capabilities and successes in the areas cited above. Justification and Approval (J&A) History: The J&A for the previous Warrior A/Warrior Block 0 CLS effort for FY 14-15 was approved and authorized on 22 July 2013 on an other than full and open competition basis, pursuant to the authority of Title 10 United States Code (U.S.C.) 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(iii). J&A for the previous CLS effort for FY 12-13 was approved on 7 July 2011 on an other than full and open competition basis, pursuant to the authority of Title 10 United States Code (U.S.C.) 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(iii). Security Requirements: Must have COMSEC account prior to award of contract. Must demonstrate ability to maintain Defense Information Systems Agency standards. Potential material solutions sought shall have full National Security Agency (NSA) approved Type-1 and Advanced Encryption Standard (AES) level encryption capability. Must be able to maintain interoperability with UAS Ground Control Stations, OSRVT's, Rovers and Army Aviation platforms. Foreign participation is excluded from participating in response to this RFI due to requirement for COMSEC account. Security requirements for the contract will be Top Secret facility and Top Secret for select individuals for discussion purposes only. A clearance level of Secret will be required for all other personnel. Responses: Interested parties are requested to respond to this RFI with a white paper, no more than 10 pages in length, describing the responder's capabilities and potential material/services solution that meets the criteria referenced in this document due no later than 6 October 2014, 5:00 PM CST. Contracts Points of Contact (POC): Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, steven.d.keiser2.civ@mail.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after October 6, 2014 will be answered. Contracting Office Address: ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280 Place of Performance: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL 35898-5280 US
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a56308b27738a5ad6e6ecb1b49977468)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03528040-W 20140927/140925235403-a56308b27738a5ad6e6ecb1b49977468 (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.