Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOURCES SOUGHT

L -- Intelligence, Surveillance and Reconnaissance (ISR) services through Unmanned Aircraft Systems (UAS) - Excel Attachment

Notice Date
12/21/2017
 
Notice Type
Sources Sought
 
NAICS
#541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
 
ZIP Code
33621-5323
 
Solicitation Number
PEOFW-RFI-ISR
 
Archive Date
2/6/2018
 
Point of Contact
Jennifer Beierle, Phone: 8138261771, Jennifer A. Metty, Phone: 8138267975
 
E-Mail Address
jennifer.beierle@socom.mil, jennifer.metty@socom.mil
(jennifer.beierle@socom.mil, jennifer.metty@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Interested sources shall fill out the attached Excel document, limit to 3 platforms. The United States Special Operations Command (USSOCOM) is seeking to identify potential sources within the national technology and industrial base to meet the Government's requirement for a contractor-owned contractor-operated (COCO) Group I, II, and/or III Unmanned Aircraft System (UAS) that provides 24 hours a day, 7 days per week (24/7) Intelligence, Surveillance and Reconnaissance (ISR) services worldwide. The capability shall include persistent Line of Sight (LoS) and/or Beyond Line of Sight (BLoS) ISR services with ground control stations (GCS) for operations. The UAS shall be capable of installation, operatation and removal of Government Furnished Payloads. The contractor shall be capable of providing qualified personnel to perform all operational, engineering and sustainment efforts necessary to provide pre-deployment activity, ISR Services, and post-deployment activity. Companies shall be U.S. owned and individuals performing this service shall be United States Citizens. The Government requires new/ unused parts in performance of this effort. This announcement constitutes a Sources Sought. It is not a solicitation or request for proposal, but an effort to obtain information for planning purposes only. Information received from this market research will determine the best acquisition strategy and whether responsible sources exist for competition, and/or a total Small Business Set-Aside. This notice is not to be construed as a commitment by the U. S. Government; implied or otherwise, that a procurement will be accomplished and is not a request for proposal or invitation for bid. All information is to be submitted at no cost or obligation to the U. S. Government. Any information submitted by respondents to this notice is strictly voluntary. Proprietary Information or trade secrets should be clearly marked. Information received will not be returned. The U. S. Government reserves the right to reject, in whole or part, any private sector input as a result of this Sources Sought notice/market survey. Responding to this notice in no manner guarantees a contract will be awarded. The U. S. Government is not obligated to notify respondents of the result of this notice. Any subsequent modifications/additional information requested relating to this notification will be electronically posted to www.fbo.gov. All responses to this Sources Sought must be submitted via the US Army's Aviation and Missile Research Development and Engineering Center (AMRDEC) Safe File Exchange (SAFE) application, commonly known as AMRDEC, at https://safe.amrdec.army.mil/safe. Respondents to this sources sought announcement capable of performing these services should at a minimum provide the following information for Government review: 1) Responses to the questions in the attached Excel file (limit to 3 platforms). 2) Company name, corporate point of contact, phone number, email address, website, Cage Code and DUNS. 3) Business size (and any socioeconomic considerations such as 8a, Service Disabled Veterans-Owned, HubZones, and Women-Owned small business) 4) Brief synopsis of company's technical and logistical capability and capacity to provide the service (including production capacity), past production experience (if any), and description of facilities and personnel. 5) Indicate if subcontracts will be utilized and if so, what will be subcontracted and describe any anticipated teaming arrangements. 6) Number of sites that can be supported simultaneously without degradation of services by platform class (Group I, II, III). Please describe any assumptions made in this calculation. In addition to providing answers within the Excel file, other information provided should be no more than 5 pages including charts, diagrams, etc. Text size shall be no smaller than Microsoft Word, Times New Roman, 12 point, uncompressed font. Pages shall be 8-1/2 x 11 inches, single spaced, with a one inch margin on all sides. Spell out words versus acronyms unless an explanation is provided. Interested sources should submit the requested information via AMRDEC no later than 4:30pm EST on 22 January 2018. Submissions are required to be in the English language and be prepared in Microsoft® Word or Adobe® PDF format. Telephone responses will not be accepted. Any questions must be submitted via email to the points of contact below. Instructions for AMRDEC: Go to site https://safe.amrdec.army.mil/safe/ and click under "Non-CAC Users". Add your information and files and include the following emails addresses in the "Recipient Information": 1) Lead Contracting Officer: Jennifer Metty at Jennifer.Metty@socom.mil 2) Contracting Officer: Christine Johnson at Christine.Johnson@socom.mil 3) Contracting Specialist: 1st Lt Jennifer Beierle at Jennifer.beierle@socom.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/PEOFW-RFI-ISR/listing.html)
 
Place of Performance
Address: Worldwide, Worldwide, Non-U.S., United States
 
Record
SN04774490-W 20171223/171221231828-5ebbb17901c393de2e9c7569a1c18407 (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.