Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2021 SAM #7119
SOURCES SOUGHT

D -- Special Warfare Assault Kit (SWAK) Performance Support App

Notice Date
5/27/2021 7:21:53 AM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
FA8629 AFLCMC WIH WRIGHT PATTERSON AFB OH 45433 USA
 
ZIP Code
45433
 
Solicitation Number
FA8621-RFI-5012
 
Response Due
6/9/2021 9:00:00 AM
 
Archive Date
06/24/2021
 
Point of Contact
Nichole Knell, Phone: 937-656-8205, Daniel Brewer, Phone: 9376568204
 
E-Mail Address
angela.knell.1@us.af.mil, Daniel.Brewer.13@us.af.mil
(angela.knell.1@us.af.mil, Daniel.Brewer.13@us.af.mil)
 
Description
SPECIAL WARFARE (SW)� Special Warfare Assault Kit (SWAK) Performance Support App FA8621-RFI-5012 Sources Sought Synopsis/Request for Information 1.�� �NOTICE This Sources Sought Synopsis (SSS)/Request for Information (RFI) is issued for informational purposes and market research only; it does not constitute a solicitation. The Government will not reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting. The information provided may be used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response as instructed later in this posting. 2.�� �BACKGROUND AND SCOPE The United States (US) Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance and Reconnaissance & Special Operations Forces (ISR & SOF) Directorate, Special Warfare (SW) Program Office (AFLCMC/WISN) is conducting market research to identify possible sources capable of providing a Performance Support App for the Special Warfare Assault Kit (SWAK). SWAK is a personal area network system of systems enabling SW operators to plan/execute all mission sets, maintain situational awareness, and perform C2 via LOS/BLOS. SWAK is designed to continuously accommodate Technology Refreshes that incrementally inject new subsystems/end items and upgrades. �Tech Refreshes accommodate Commercial Off the Shelf items, items developed through science and technology programs, or items leveraged from other government agencies or DoD programs. The Performance Support App should include sections to address Hardware, Set-up/Assembly, Operation (including common tasks), Configure, PMCS, Troubleshooting, Safety, Icons and Acronyms, and other relevant topics which would be agreed to during the requirements assessment phase of development.� 3.�� �INSTRUCTIONS TO POTENTIAL RESPONDENTS Interested parties who desire to participate in this SSS/RFI are encouraged to submit responses that demonstrate they presently have the technology and qualifications to provide the system described above. Responses shall include the following information and address the topics below: a.�� �Respondent Data:� i.�� �Company/Institute Name ii.�� �Address iii.�� �Point of Contact (to include phone number and email address) iv.�� �CAGE Code v.�� �Web Page URL vi.�� �Pursuant to NAICS Code 511210, Applications development and publishing, custom computer, (size standard $41,500,000), PSC DA01, IT and Telecom � Business Application/Application Development Support Services (Labor) state whether the company is: Small Business Certified�� �(Yes / No) Self-Certified or Third Party Women -Owned Small Business Certified�� �(Yes / No) Self-Certified or Third Party Economically Disadvantaged Women-Owned Small Business Certified�� �(Yes / No) Self-Certified or Third Party HUB Zone Certified�� �(Yes / No) Self-Certified or Third Party Veteran Owned Small Business Certified�� �(Yes / No) Self-Certified or Third Party Service Disabled Veteran Owned Small Business Certified�� �(Yes / No) Self-Certified or Third Party 8 (a) Certified�� �(Yes / No) Self-Certified or Third Party SBA Certification Date:�� �SBA Graduation Date:� b.�� �State whether the company is domestically or foreign-owned (if foreign, indicate the country of ownership) c.�� �Describe the ability of the company�s product(s) to meet the performance requirements listed. Unless otherwise noted, the requirements/specifications identified are specific to legacy handheld dismounted, mounted, and airborne VDL tactical radio solutions. The expectation is that any proposed solution will at a minimum, meet all requirements listed within the sources sought.� d.�� �Describe anticipated lead/delivery times 4.�� �REQUIREMENTS: PLEASE SEE ATTACHED STATEMENT OF WORK. 5.�� �RESPONSES, COMMUNICATIONS, AND ADDITIONAL CONSIDERATIONS: a.�� �The Government may contact respondents to obtain additional information or clarification in order to fully understand a company's response. This may include discussions, site visits, demonstrations, etc. to further the Government's understanding of a proposed solution, as well as a company's understanding of the Government's requirements. c.�� �Responses shall not exceed 20 pages (including cover page). Include technical and descriptive text and photographs/illustrations to provide sufficient detail. The submitted documentation becomes the property of the United States Government and will not be returned. d.�� �Respondents shall clearly mark proprietary data with the appropriate markings. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. Any material that is not marked will be considered publicly releasable. e. �� �When submitting a response, please be aware that the Air Force workforce is supplemented by contracted support personnel. Any proprietary data submitted may be handled by contract support services personnel who have signed a Non-Disclosure Agreements (NDAs). f.�� �Broad industry participation for this RFI is encouraged. U.S. and non-U.S. firms are permitted to respond. g.�� �Please note that prospective offerors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract; the NAICS code for this requirement, if applicable to the company�s capabilities, should be included in the company�s NAICS code listing in SAM. To learn more about this SAM requirement and how to register, please visit the SAM website at: �https://sam.gov h.�� �Responses are due electronically, attached in Microsoft Word or PDF format by 12:00PM EDT on 09 JUN 2021 via email to: NICHOLE KNELL AFLCMC/WISK� Contracting Specialist angela.knell.1@us.af.mil This notice may be updated as additional information becomes available. Please check Beta.Sam.Gov site for updates to this announcement. For more information on this RFI, please contact the Contracting point of contact identified above. E-mail communication is preferred.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6cb367e4ceb04d01804443501d0b8906/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN06015751-F 20210529/210527230115 (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.