Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SOURCES SOUGHT

R -- SOCOM Tactical Airborne Multi-Sensor Platform (STAMP)

Notice Date
12/19/2019 11:47:49 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-19-S-X001
 
Response Due
12/26/2019 2:00:00 PM
 
Archive Date
07/01/2020
 
Point of Contact
Mark D Hutchinson, Kevin Cook
 
E-Mail Address
mark.d.hutchinson6.civ@mail.mil, kevin.j.cook2.civ@mail.mil
(mark.d.hutchinson6.civ@mail.mil, kevin.j.cook2.civ@mail.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes, and does not constitute an invitation for bids, request for proposals, quotes, or an indication that the Government will contract for the items contained in this notice. The Government will not reimburse respondents for any cost associated with the submission of the information being requested, or reimburse expenses incurred to the interested parties for responses. Project Manager Sensors - Aerial Intelligence (PM SAI) is conducting market research to determine industry�s ability to provide continued coverage to aerial intelligence, surveillance, and reconnaissance (AISR) operation and support (O&S) for United States Special Operations Command (USSOCOM). The requirements for the subject O&S coverage are contained in the attached Performance Work Statement (PWS) and consist of providing pilots, Airborne Sensor Operators (ASOs), aircraft mechanics, technicians, Prime Mission Equipment (PME) technicians, site leads, security, Tactical Operation Center support at 2 OCONUS sites supporting CENTCOM and ARIFCOM.� Additionally, CONUS operations are required to support the OCONUS operations. The platforms to be supported include King Air 300 and DHC-8-202, EO/IR sensors, other ISR equipment and communication/networking suites.� The optempo for this support is 410 flight hours per month per aircraft.� This short duration of coverage is required to cover a gap in operational support between the expiration of the current contract and the award of the follow-on support contract currently being competed. The period of performance required is anticipated to begin on 06 June 2020 and is four months in duration. Additionally, the full staffing for supporting the services are required to be in place at the start of work and shall be conducted without any transition with the incumbent contractor.� 1. Technical: Please provide your ability to perform the services described in the PWS within the period of performance described above. 2. Contact Information: Please provide the following point of contact information: 1. Company Name 2. Mailing Address and Website 3. Commercial and Government Entity (CAGE) Code 4. North America Industry Classification System (NAICS) number. 5. Data Universal Numbering System (DUNS) number 6. Location of facility(s) 7. Subcontracting Plan (if applicable) 8. Person(s) Responding to RFI: 9. Name/Title 10. Telephone Number/Fax Number 11. Email Address Your response to this Sources Sought Notice (SSN) will be treated as information only. The request does not constitute a solicitation for proposals, or the authority to enter into negotiations to award a contract. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in the response. The Government will not intend to pay for the information submitted in response to the SSN request. Responses to this RFI must be unclassified and should not exceed 15 pages in length in either one continuous Microsoft Word document or one Microsoft Power Point document. The Government will not reimburse responders to this notice for any costs incurred in responding, or in any subsequent exchange of information. All interested firms that possess the capabilities herein are encouraged to respond to this notice on or before 5:00 p.m. Eastern Daylight Time on 26 December 2020. Information shall be submitted via email to the Contract Specialist listed in this announcement. NO PHONE CALLS WILL BE ACCEPTED. HAND DELIVERED PACKAGES WILL NOT BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1852dbdd93fd4c0995818d753f45f820/view)
 
Place of Performance
Address: Reston, VA, USA
Country: USA
 
Record
SN05521889-F 20191221/191219230156 (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.