Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
MODIFICATION

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

Notice Date
2/16/2017
 
Notice Type
Modification/Amendment
 
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
W56KGY17RF001
 
Archive Date
3/30/2017
 
Point of Contact
Ricardo A. Rivera, Phone: 4438615376, Christopher R Gaines, Phone: 4438615389
 
E-Mail Address
ricardo.a.rivera50.civ@mail.mil, christopher.r.gaines4.civ@mail.mil
(ricardo.a.rivera50.civ@mail.mil, christopher.r.gaines4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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 pre-solicitation on evaluation criteria and timelines in order to support the development of a Request for Proposal 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. The Government is interested in hosting one-on-one sessions in the near future following the close of this Pre-Solicitation, if offerors are interested. Draft Statement of Work, Classified and Unclassified Performance Base Specification, and Chamber Demonstration Plan are available upon request. Based on previous market surveys, the Government planning assumptions are: • The Gray Eagle (GE) UAS will be the host platform for MFEW Air Large (AL) with no significant modifications required to the aircraft. • All command, control, and mission planning of MFEW assets will be provided by the Electronic Warfare Planning & Management Tool (EWPMT). • The MFEW critical technology elements are sufficiently mature that the program can utilize a modified COTS/GOTS approach. • MFEW HW/SW will be based on open standards to allow for future upgrades and maximum re-use across all MFEW air variants • Hardware deliveries can begin 18 Months after contract award to begin qualification testing and Gray Eagle integration • Single Award - Best Value; Five (5) Cost Plus Fix Fee or Cost Plus Incentive Fee, Multi- year contract; covering Engineering and Manufacturing Development (EMD) and Low Rate Initial Production (LRIP) • The Government is considering conduction a two-phased procurement using a competitive down-selection technique between phases. • Phase 1 - Offers would be required to demonstrate its design maturity and ability to meet the Government's requirements. Failure to fully and completely demonstrate the appropriate level of design maturity may render the proposal unacceptable with no further consideration for contract award. • Phase 2 - Submission of a Written Proposal, the Source Selection Evaluation Factors: Factor I - Technical; Factor II - Performance Risk; Factor III - Price/Cost ;Factor IV - Small Business Participation Plan. The proposed one-on-one sessions will provide the opportunity for industry to ask questions and provide feedback on all aspects of the MFEW program. More information regarding one-on-ones (for offerors who seek a one-on-one) will be forthcoming and posted in FEDBIZOPPs. Please see the Response Format section to see how to submit interest on one-on-one sessions. 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 and U//FOUO 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 should provide: 1) Name and contract information of the FSO, 2) the Technical POC who will receive the classified documents, 3) CAGE code and, 4) 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 ten (10) business days after the RFI release 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 no later than 3PM EST, 20 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: The Government requests that interested parties submit white papers that fully describe their notional schedules; time phased Rough Order of Magnitude Estimate based on the Statement of Work; risks to include cost, schedule and performance; and feedback on the Source Selection Evaluation Factors and Demonstration Plan. 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 ten (10) pages, including cover and administrative pages. In the administrative pages please provide a statement discussing your interest in one-on-ones with the Government. Responses 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 response submissions are due at the location below no later than 3pm, 30 days after the release date of this RFI. Responses must be unclassified. Responses will only be accepted in hard copy format. Responses 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 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 Aberdeen Proving Ground, MD 21005
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dc463006dfb702fccbe59c3df8f2fa72)
 
Place of Performance
Address: Agency: Department of the Army, Office: SFAE-IEW-EA, Location: Aberdeen Proving Ground, MD 21005, United States
Zip Code: 21005
 
Record
SN04405553-W 20170218/170216234905-dc463006dfb702fccbe59c3df8f2fa72 (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.