California Bids > Bid Detail

SOURCES SOUGHT NOTICE (SSN) / MARKET RESEARCH OF UNMANNED AIRCRAFT SYSTEMS FOR THE INTERNATIONAL PROGRAM OFFICE SMALL UNMANNED AIRCRAFT SYSTEMS

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159608148103433
Posted Date: Oct 18, 2022
Due Date: Oct 28, 2022
Solicitation No: PANRSA-22-P-0000-014614
Source: https://sam.gov/opp/55968be97d...
Follow
SOURCES SOUGHT NOTICE (SSN) / MARKET RESEARCH OF UNMANNED AIRCRAFT SYSTEMS FOR THE INTERNATIONAL PROGRAM OFFICE SMALL UNMANNED AIRCRAFT SYSTEMS
Active
Contract Opportunity
Notice ID
PANRSA-22-P-0000-014614
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK ACC-RSA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 17, 2022 09:22 pm CDT
  • Original Response Date: Oct 28, 2022 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1550 - UNMANNED AIRCRAFT
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Monrovia , CA 91016
    USA
Description

This is a Sources Sought Notification (SSN) only, as defined in FAR 15.201(e). It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. All interested parties are encouraged to respond to this SSN. Responses to this notice shall not be construed as offers and cannot be accepted by the government to form a binding contract. The U.S. government will not pay for any information or administrative cost incurred in response to this SSN. All costs associated with responding to this SSN will be solely at the expense of the interested party. Not responding to this SSN will not preclude participation in any future RFP if issued.



The Government is conducting market research for the Unmanned Aircraft Systems International Program Office (IPO), Redstone Arsenal, Alabama to identify and determine potential sources to support the Small Unmanned Aircraft Systems (SUAS) Foreign Military Sales requirements for acquisition of the Raven & Puma Family of Unmanned Aircraft Systems (UAS) [or Equivalent Group 1 and 2 Platforms], Services and Support.





This SSN is issued for the purpose of conducting market research which will be used to formulate an acquisition strategy. There is no solicitation package available at this time. This SSN allows potential contractors to submit a non-binding statement of interest and documentation demonstrating their corporate capabilities, size and social economic characterization IAW NAICS 336411 SBA size standards and suggestions that will allow the government to refine its potential acquisition course of action for this effort.



The information provided herein is subject to change and in no way binds the government to solicit for or award a competitive contract.



BACKGROUND



The Raven and Puma Families of UAS (FOS) are managed by the UAS International Program Office, Redstone Arsenal, Alabama. The Raven and Puma FOS are Reconnaissance, Surveillance, Targeting, and Acquisition, (RSTA) platforms that transmits near real time (NRT) airborne electro-optical (EO) and infrared (IR) imagery, navigational data [aircraft heading and location], and target information to a Ground Control Station (GCS). Each system generally consists of the following basic components: Unmanned Aircraft (UA); Ground Control Stations (GCS) with supporting Antenna Arrays; and Electro-Optic/Infrared (EO/IR) Payloads. System sustainment is generally accomplished at the field maintenance level utilizing various spare parts and line replaceable units (LRUs).



REQUIREMENTS SCOPE



The Redstone Army Contracting Command, on behalf of the IPO, is seeking qualified business candidates that can provide up to 100 UAS to support the full spectrum of operational needs. This shall include system hardware, training support, applicable accessories, and sustainment. Potential vendors must demonstrate that proposed systems offers capabilities that are equal to, or exceed, the Form, Fit and Function of the attached operational and technical characteristics of Raven and/or Puma FOS. Potential vendors must also be capable of satisfying the attached services and support characteristics in order to ensure the final acquisition strategy employs a total package approach.



NAICS CODE AND SIZE STANDARD



The NAICS Code for this effort is 336411 with a SBA size standard of 1500 People.



TYPE OF CONTRACT



A decision as to the type of contract and competition will result from an analysis of this SSN.



SUBMISSION REQUIREMENTS





Written responses to this SSN are requested to be no more than 10 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include the following:



1. A company profile to include size determination IAW SBA business size classification (i.e. Other Than Small; Small; Small Disadvantaged; Veteran Owned; Service Disabled, Veteran Owned; or HUBZ one), number of employees, Cage Code, DUNS number, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. Companies should indicate whether they are a manufacturer or non-manufacturer, based on the regulation contained in FAR 19.102(f).



2. A description of your company's past experience and performance on similar contracts. Past experience and performance should address contracts supporting commercial and/or government customers.



3. A summary of your company's capability and approach to meet this commercial requirement. In addition, provide feedback on any of the Government's objectives which may unnecessarily drive schedule and/or cost. Indicate how those objectives may be tailored to improve schedule or reduce cost.





4. Provide a clear and concise delineation of capabilities and technical description of how their solutions address a capability area and enabling technologies therein.



5. Identify intellectual property and data rights; as well as, the availability of all software and hardware components.



6. Assess the maturity and interoperability of the solution, citing any open architectures, and interoperability standards employed.



7. Summarize the current application of the technology, if it has been recently fielded or demonstrated, and associate programs and/or sponsors.



8. Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. Respondents are urged to limit marketing material in order to provide more substantive information in their response. The government will not review any pages beyond the limits stated or information including appendices, marketing brochures, catalogs, videos, etc. The government will evaluate the responses to help identify interest and the ability of the vendor community to provide support in the areas outlined in this SSN. Information received in response to this notice will not be duplicated or used for any purposes other than those stated in this notice.





9. All responses should be received no later than 28 October 2022. Formats should be viewable in Microsoft Word ® or Adobe Reader ®. No telephonic discussions will be held. Limited questions and comments will be entertained, and must be in writing via email. The government maintains Government Purposed Data Rights; therefore it will not be able to provide data to interested sources for the SSN. All interested offerors must be registered in Central Contractor Registry (CCR) and ORCA under this NAICS specified in this SSN to be eligible for award of government contracts. EMAIL IS THE PREFERRED METHOD FOR SUBMITTING RESPONSES TO THIS SSN. Submit responses to the following:





Point of ContactS:



Carolyn J. Gates



Carolyn.j.gates2.civ@army.mil





Adana Quanshau



adana.p.quanshau.civ@army.mil





Contracting Office Address: Army Contracting Command – Redstone (CCAM-AUA), 5303 Martin Road, Redstone Arsenal, AL 35898-5000



Attachment 1 – Operational, Technical, and Service and Support Characteristics in Support of Market Research [RQ-11B, Raven].



Attachment 2 – Operational, Technical, and Service and Support Characteristics in Support of Market Research [RQ-20B, Puma AE 3].



Attachment 3 – Operational, Technical, and Service and Support Characteristics in Support of Market Research [Puma LE].


Attachments/Links
Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 17, 2022 09:22 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >