Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2019 SAM #6580
SOLICITATION NOTICE

A -- Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)

Notice Date
12/3/2019 8:13:58 AM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
FA8750 AFRL RIK ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875020R1000
 
Archive Date
09/30/2026
 
Point of Contact
Donna Toole, Phone: 3153303972, Matthew Zawisza, Phone: 3153304922
 
E-Mail Address
donna.toole.1@us.af.mil, matthew.zawisza@us.af.mil
(donna.toole.1@us.af.mil, matthew.zawisza@us.af.mil)
 
Description
****Updated 3 Dec 2019, Industry Day private appointments limited to only small businesses.****PRE-SOLICITATION NOTICE:The Air Force Research Laboratory, Information Directorate, Rome NY (AFRL/RI) has a requirement provide a focused yet flexible, rapid, agile contracting vehicle between Air Force Research Laboratory, its Products Centers, and the Operational Community to support rapid research, development, prototyping, demonstration, evaluation, and transition of Counter small Unmanned Aircraft System (C-sUAS) capabilities. These capabilities are to be used in combating Commercial Off-The-Shelf (COTS) small Unmanned Aircraft Systems (sUAS)—and others leveraging COTS technology—presently being used by our adversaries in asymmetric warfare against U.S. military personnel and materiel. Emphasis will be placed on: a) development of technology capability solutions that address specific user requirements; b) delivery of prototype technologies for evaluation and feedback in the context of the user’s operational environment; and c) provision of a mechanism for user acquisition of limited product quantities required for operational introduction of technologies. Anticipated deliverables include software, hardware, technical documentation and technical reports.For the aforementioned requirements, the Government anticipates a single award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) research and development (R&D) contract with Cost-Plus-Fixed-Fee Completion (CPFF/C) Task Orders, an ordering period of seventy-two (72) months, and a maximum ordering amount of approximately $490,000,000.The North American Industry Classification Systems (NAICS) code for this effort is 541715 with a small business size standard of 1,500 employees based on the Aircraft, Aircraft Engine, and Engine Parts exception.At time of award, the successful Offeror must be able to provide approximately 20% of proposed personnel to be TS/SCI cleared and assigned at time of award, with graduated increases in proportion over time. During performance, the Contractor's continued ability to meet security requirements will be evaluated. It is anticipated that Foreign Allied Participation will be excluded at the prime contractor level.A technical library relating to the subject area of this acquisition will be made available. Potential Offerors will first need to request access through AFRL/RI personnel. Full instructions and contact information are contained within attachment 1 of this posting. For planning purposes, potential Offerors who wish to gain access to the Technical Read Library will be required to sign a “Statement of Terms for Receipt of Technical Read Library Access”, provide a copy of an approved DD Form 2345 “Militarily Critical Technical Data Agreement”, and provide a letter from the Data Custodian designated on that form authorizing access by whomever will be reviewing the library.Evaluation of the capability packages received in response to the Request for Information (RFI-RIKD-19-01) resulted in a determination that a small business set-aside could be established.A Draft Request for Proposal (RFP) for this effort is anticipated to be released during the 1st quarter of CY 2020. Potential Offerors will be encouraged to review and comment on the Draft RFP, including the Statement of Work (SOW) and Sections L and M. Please monitor this notice for updates.THE ENTIRE SOLICITATION WILL BE ISSUED ON THE BETA SAM WEBSITE AT https://beta.sam.gov/. Paper copies will not be available. The solicitation and any amendments thereto will only be available by downloading the documents from the website. All prospective offerors are responsible for monitoring the site for the release of amendments (if any) or other information pertaining to the solicitation. It is anticipated that the website will provide a registration service that will send an e-mail notification when a change is made to the solicitation. All responsible sources may submit a proposal in response to the RFP which shall be considered.Based on market research, the Government is not using FAR Part 12, Acquisition of Commercial Items, to solicit for the described supplies or services. However, interested parties may identify to the Contracting Officer their interest and capability to satisfy the Government's requirement with a commercial item(s) within thirty (30) days of this notice.Technical questions should be directed to the Contracting Officer's Technical Representative (COTR), Donna Toole at (315) 330-3972, donna.toole.1@us.af.mil. Any contractual questions or questions concerning this Presolicitation Notice should be communicated directly to the Contract Specialist, Matthew Zawisza at (315) 330-4922, matthew.zawisza@us.af.mil, or the Contracting Officer, Terrence Lipinski at (315) 330-4510, terrence.lipinski@us.af.mil.In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting with an Ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer, Terrence Lipinski at (315) 330-4510, terrence.lipinski@us.af.mil, for resolution. AFFARS clause 5352.201-9101, Ombudsman, will be incorporated into the resultant contract. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the Ombudsman does not affect the authority of the Program Manager, Contracting Officer, or source selection official. Further, the Ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The Ombudsman may refer the party to another official who can resolve the concern. Consulting an Ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the Contracting Officer, concerned parties may contact the following AFRL Ombudsman: Mr. Steven L. Ewers, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-4407, email: steven.ewers@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the AFRL level may be brought by the concerned party for further consideration to the Air Force Ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. The Ombudsman has no authority to render a decision that binds the agency. Do not contact the Ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.INDUSTRY DAY:AFRL will be conducting an Industry Day for the C-sUAS acquisition. The purpose of this meeting is to provide interested companies/entities with an overview of the C-sUAS contract, promote an early exchange of information, and provide an opportunity for both the Government and Industry to gather more information prior to the Draft RFP and RFP being issued.A general session will be held the morning of 16 DEC 2019 for interested parties to obtain information from the Government Program Management and Contracting team. The team will also be hosting 20-minute private appointments the afternoon of 16 DEC 2019 (1:00pm - 4:00pm). When registering, please indicate if a 20-minute private appointment is desired. Due to space constraints, attendance will be limited to two (2) individuals per company. Representatives must be cleared through the company they are registered with. Attendees must be US Citizens.Note: This is NOT a “bidder’s conference” and this announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind. The Government will not assume liability for costs incurred by any offeror for presentations, marketing efforts or data offered for examination; therefore the cost of preparing information in response to this notice is not considered an allowable direct charge to the Government.Date: Monday, December 16, 2019Location: Griffiss Institute, 725 Daedalian Dr., Rome NY 13441, Auditorium; Time: Check-in 8:00am - 9:00am; General Session, 9:00am - 12:00pm*. Please arrive on time to ensure seating.Contact Information:Donna Toole, C-sUAS Acquisition Program Manager(315) 330-3972donna.toole.1@us.af.milAlternate POC:Matthew Zawisza, Contract Specialist(315) 330-4922matthew.zawisza@us.af.milAttendees must register by Monday December 09, 2019 to gain access to the facility. Requests after this date may not be accommodated.Register by sending a plain text email to the following addresses: donna.toole.1@us.af.mil and matthew.zawisza@us.af.mil. Please include the following information:Traveler’s full name: (FIRST, MIDDLE, LAST)Company:CAGE code:Contact number:Email address (unclass):20-minute private appointment is desired: (YES/NO)NOTE: A small business determination will be posted in the upcoming weeks. Small businesses will get preference for the private appointments following Industry Day, should requests exceed capacity.****Effective as of 3 DEC 2019, due to the number of requests for private appointments following Industry Day we will only be able to accommdate small businesses that have requested the private appointment. For any company that is still needs to register when you submit your request please also complete the attachment named "US Citizen Verification" and submit it with your request to attend Industry Day.****
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6391b6c082004ebdb60aa1c18b427576/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05507210-F 20191205/191204050229 (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.