Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOURCES SOUGHT

58 -- Request for Information (RFI) For Multi-Function Electronic Warfare (MFEW) Airborne Payload

Notice Date
8/12/2016
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY16RM0225
 
Archive Date
10/11/2016
 
Point of Contact
Oral G Grant, Phone: 443-861-5375, Christopher R Gaines, Phone: 4438615389
 
E-Mail Address
oral.g.grant.civ@mail.mil, christopher.r.gaines4.civ@mail.mil
(oral.g.grant.civ@mail.mil, christopher.r.gaines4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) For Multi-Function Electronic Warfare (MFEW) Airborne Payload Solicitation Number: W56KGY16RM0225 Agency: Department of the Army Office: SFAE-IEW-EA Location: Aberdeen Proving Ground, MD 21005-1846 Synopsis: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS RFI IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSAL, OR REQUEST FOR QUOTES. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSION OF INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR RESPONSES. Program Executive Officer (PEO) Intelligence Electronic Warfare & Sensors (IEW&S), Program Manager (PM) Electronic Warfare & Cyber (EW&C), Product Director (PD) Electronic Attack (EA), is conducting this RFI to identify potential sources for the development of modular, scalable, Offensive Electronic Attack/ Electronic Support payload capabilities as described below. Description: This is a Request for Information (RFI) for planning purposes, as part of a market survey on potential sources and emerging technologies in support of development of an acquisition strategy to procure an Multi-Function Electronic Warfare (MFEW) system to be mounted via wing pylon pod on a Class IV Unmanned Aircraft System (UAS). Requirements have been identified in an MFEW Air Systems of Systems (SoS) Capabilities Description Document (CDD) currently in Army staffing with an anticipated Milestone B in 3QFY18. A classified draft Performance Base Specification (PBS) will be available upon request and upon verification that proper security prerequisites are met. The Government requests that interested parties submit white papers that fully describe their system capabilities with respect to the performance levels as stated in the classified draft PBS in as much detail as possible. Based on the white paper submission, the Government may elect to conduct a one-on-one discussion based on its analysis of the RFI response, to include the quality of submission and level and scope of the information provided. NOTE THE GOVERNMENT IS UNDER NO OBLIGATION TO CONDUCT DISCUSSIONS OR REQUEST DEMONSTRATIONS, NOR IS IT LIABLE FOR ANY COSTS OR EXPENSES INCURRED IN RESPONDING TO THIS RFI. Request for Classified Information: Requests for classified information shall be sent from the respective Contractor's Facility Security Officer (FSO) to: Mrs. Alison Powell, alison.t.powell.civ@mail.mil (PM EW&C Security Manager) and Mr. Gary Clerie Jr at gary.p.clerie2.civ@mail.mil (Technical Lead). Offerors shouldprovide: 1) Name and contract information of the FSO, 2) the Technicla POC who will receive the classified documents3) CAGE code and4) classified mailing address. Requests not including these three items will be considered invalid. The Government will provide specific security guidance pertaining to proper handling of classified/unclassified government furnished information (GFI). Due to classified mailing guidelines, offerors must make their request three (3) business days prior to the solicitation closing date by noon that day. All requests after this date cannot be honored. How to submit Questions on the RFI: All questions (unclassified only) shall be submitted via email and shall contain the subject line: Multi-Function Electronic Warfare (MFEW) Airborne Payload RFI. UNCLASSIFIED questions and requests for clarification concerning material in this RFI should be submitted to the technical lead Mr. Gary Clerie Jr at gary.p.clerie2.civ@mail.mil and Ms. Emily A. Boerum at emily.a.boerum.ctr@mail.mil no later than 3PM EST, 30 days after the release of this RFI. All answers will provided electronically with all respondents through the AMRDEC SAFE web application weekly. Any other forms of requests for additional information will not be honored. Clarifications from the Government may be UNCLASSIFIED - "Distribution D: Distribution authorized to Department of Defense (DOD) and U.S. DoD contractors only". Response Format: Interested parties who believe they are capable of fulfilling this requirement are invited to submit a white paper fully describing their system capabilities, system architecture, block diagrams, anticipated risk in meeting the SWaP requirement, notional development schedule and concepts for reducing life cycle costs. The paper must include company name, company address, overnight delivery address (if different from mailing address), CAGE code, point of contact, e-mail address, telephone number, fax number; business size, unique qualifiers (i.e. large, small disadvantage, veteran-owned, woman-owned, etc.). Interested parties are requested to respond to this RFI in Microsoft Word Office 2007-compatible format. RFI responses are limited to 30 pages, including cover and administrative pages. White papers shall be written using a 10 point font size or larger. The Government acknowledges its obligation under 18 U.S.C. 1905 to protect information qualifying as confidential under this statute. Pursuant to this statute, the Government is willing to accept any proprietary (e.g., trade secret) restrictions placed on qualifying data forwarded in response and to protect it from unauthorized disclosure subject to the following: 1. Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) PROPRIETARY with any explanatory text, so that the Government is clearly notified of what data needs to be appropriately protected. 2. In marking such data, please take care to mark only those portions of the data or materials that are truly proprietary (over breadth in marking inappropriate data as proprietary may diminish or eliminate the usefulness of your response-see item 3 below). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. 3. The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the possession of the Government will be protected in accordance with the Government's rights in the data. 4. Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the government, shall contain the proprietary legend, with any explanatory text, on both the cover of the transmittal e-mail and the beginning of the file itself. Where appropriate for only portions of an electronic file, identify where the restrictive legends proprietary portion begins and where the proprietary portion ends. RESPONSE Deadline and Submissions: Parties may begin submitting responses to this request for information immediately. All white paper submissions are due at the location below no later than 3pm, 45 days after the release date of this RFI. Responses may be classified and/or unclassified. Responses will only be accepted in hard copy format. Classified responses must be portion marked appropriately in accordance with the government provide security provisions and IAW with the NISPOM. Responses, whether classified or unclassified, must be coordinated with your FSO and sent to: U.S. Army, PM EW&C, ATTN: SFAE-IEW-EW, Security Office, 5100 Magazine Road, Aberdeen Proving Ground, MD, 21005. The inner wrapper of the submittal shall be addressed to: U.S. Army, PM EW&C, ATTN: SFAE-IEW-EW, Gary Clerie Jr, 5100 Magazine Road, Aberdeen Proving Ground, MD, 21005. The information provided in response to this RFI will be used to support ongoing initiatives within DoD to analyze emerging requirements for an MFEW Airborne payload and ultimately may result in the Government developing and issuing a Request for Proposal (RFP) to industry for award of contract. Contracting Office Address: 6001 Combat Drive APG, MD 21009 1. Point of contact for this action is Oral Grant, 443-861-5375.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c9b658279f75337e302e61cef5a8d532)
 
Record
SN04222140-W 20160814/160812235104-c9b658279f75337e302e61cef5a8d532 (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  © 1994-2020, Loren Data Corp.