Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOURCES SOUGHT

99 -- AFRICOM A-ISR Platform and Sensor RFI

Notice Date
7/20/2020 1:11:03 PM
 
Notice Type
Sources Sought
 
Contracting Office
W00Y CONTR OFC DODAAC FORT BELVOIR VA 22060-5246 USA
 
ZIP Code
22060-5246
 
Solicitation Number
PANDTA20P000
 
Response Due
8/17/2020 11:00:00 AM
 
Archive Date
09/01/2020
 
Point of Contact
Donald Burris, Phone: 7034284913
 
E-Mail Address
donald.l.burris10.civ@mail.mil
(donald.l.burris10.civ@mail.mil)
 
Description
This announcement represents a Request for Information (RFI) by the US Army HQ INSCOM to determine potential sources who have a readily available/proven contractor owned contract operated (COCO) unmanned aerial intelligence, surveillance, and reconnaissance platform solution to support operations for a task-directed OCONUS mission. PURPOSE THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information, potential sources availability, 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 U.S. Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and shall not accept unsolicited proposals. Respondents are advised that the U.S. Government shall not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI shall 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 shall be synopsized on the official US Government website, System for Award Management (SAB) at https://www.beta.sam.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. OBJECTIVES The objectives of this RFI are to identify responsible sources and interested parties who have readily available and proven solutions that can meet the U.S. Government�s requirements. For the purpose of this RFI, the term ""proven"" means solutions at a Technology Readiness Level (TRL) of 6 in accordance with the Technology Readiness Assessment Guide dated April 2011. INSTRUCTIONS TO RESPONDENTS Interested parties should provide capabilities, qualification statements, and examples that demonstrate their ability to satisfy the requirements in the near-term; detailed in the REQUIREMENTS paragraph of this announcement. Companies or parties are to submit responses in Adobe Acrobat compatible electronic format. The maximum page limit for responses is 10-15 pages, 8.5"" x 11"", including attachments, figures, and/or drawings, and no smaller than size 12 font. Responses must include: a) Company Name, Address, CAGE Code, Industry Point of Contact (POC) for technical and contractual issues to include name, position, telephone number, and e-mail address: b) NAICS Code business size and category. Any recommended alternate NAICS codes. ����������� c) Identify and list any current or past DOD Contracts and/or any other GovernmentWide Acquisition Contracts, (eg. GSA, NAFA SEWP); list contract number associated with this. ���������������������������������������������� d) Identify at least one POC who has an overall understand of the requirement being described. � ����������� e) Detailed information regarding the capabilities (type, model, performance parameters, etc.) being offered, maintenance history, and experience levels of contract personnel (pilots, sensor operators, maintenance). ����������� f) Detailed information of prior performance metrics and customer feedback. � REQUIREMENT � A requirement for a persistent intelligence, surveillance, and reconnaissance (ISR)�platform�to support special mission efforts across multiple disciplines to include multi-mode full motion video, synthetic aperture radar, and the ability to support varied�Special �Intelligence�(SI)�payloads. These efforts are required to mitigate asymmetric threats in support of tactical elements deployed in various AORs.� This effort supports the operation of mission systems used for information collection that detect, identify, assess, and exploit threats. This RFI is to identify potential contractor sources�that�can provide a readily available/proven turn-key unmanned contractor owned, contract operated (COCO) capability to support 24 hour operations at 18-20 hour duration per mission, cruise speed above 160Nm, maximum takeoff weight up to 4700 lbs., mission altitude 20,000-35,000ft, max ceiling of 40,000ft, payload capacity of 3,000lb, and payload power of 9.5kW with high power kit and BLOS/LOS capable. The turn-key solution will consist of aircraft; pilots; sensor operators,�all source analysis requirements to include on-site processing, exploitation and dissemination (PED) capability; aircraft/mission equipment maintenance; on-site sparing; bandwidth; pre-deployment site survey; and movement of equipment/personnel to and from operation site.�� The contractor shall provide all management, information assurance, administration, operations, supervision, labor, equipment, tools, adequate data storage, materials, literature, publications, and other items or services necessary to perform the work except as specified herein as Government Furnished Equipment (GFE) and services. �CERTIFICATION/REQUIREMENTS. The contractor shall ensure that all contractor personnel possess the appropriate certificates and qualifications in accordance with Federal Aviation Regulations (FARs) (Parts 61 (Certifications), 121 (Operating requirements, Domestic, Flag and Supplemental Operations), 135 (Operations, Commuter and on Demand Operations and Rules Governing Persons on Board Such Aircraft), 142 (Training Centers) and exemptions. The purpose of this notice is to identify capable, interested vendors.�� SUBMITTALS ARE REQUESTED TO BE RECEIVED NO LATER THAN 17 August 2020. CONTACTS For questions regarding this RFI, you are welcome to contact: Primary POCs:� Marshall Baca, ACC-I, 540-514-0415, marshall.e.baca.ctr@mail.mil � DISCUSSIONS One-on-one information gathering sessions with respondents are not being entertained or contemplated at present. The Government may elect to conduct one-on-one discussions with industry based on its analysis of the RFI responses, the quality of submission and the specifications in the information provided. The Government is under no obligation to conduct these sessions. The Government does not commit to providing a response to any comment or questions. Any revision to this RFI based on comments received remains solely at the Government's discretion. These initiatives may ultimately result in the Government developing and issuing an RFP for respondents. The above information is for sources sought only. SPECIAL NOTICE Respondent's attention is directed to the fact that contractor consultants and advisors to the Government shall review and provide support during review and evaluation of submittals. When appropriate, non-government advisors may be used to objectively review a particular functional area and provide comments and recommendations to the Government. All advisors shall comply with procurement integrity laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Submissions in response to this RFI constitute approval to release the submittal to Government Support Contractors. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/89cac0e776f347aca484bff458f805ae/view)
 
Record
SN05726938-F 20200722/200720230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.