Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 25, 2021 SAM #7207
SOURCES SOUGHT

99 -- Duke Family of Systems (FoS) Production and Sustainment RFI

Notice Date
8/23/2021 10:37:47 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY17RF079
 
Response Due
8/30/2021 12:00:00 PM
 
Archive Date
09/14/2021
 
Point of Contact
Eric C. Pyles, Contract Specialist Intern, Christopher R Gaines, Contracting Officer
 
E-Mail Address
eric.c.pyles.civ@mail.mil, christopher.r.gaines4.civ@mail.mil
(eric.c.pyles.civ@mail.mil, christopher.r.gaines4.civ@mail.mil)
 
Description
Title:� Duke Family of Systems (FoS) Production and Sustainment RFI Description: DEPARTMENT OF THE ARMY Duke Family of Systems (FoS) Production and Sustainment Request For Information GENERAL INFORMATION Document Type: Sources Sought Solicitation Number: W56KGY17RF079 Classification Code: 58 - Communication, detection, & coherent radiation equipment NAICS Code: Computer and Electronic Product manufacturing/334511 - Search, Detection, Navigation Guidance, Aeronautical, and Nautical System and Instrument Manufacturing Set Aside: N/A Agency: Department of the Army Office: Army Contracting Command Command Location: ACC - APG (W56KGY) Division C 6565 Surveillance Loop Aberdeen Proving Ground, Maryland 21005-1846 United States THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. No formal solicitation package is available. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. The US Army Contracting Command (ACC) at Aberdeen Proving Ground (APG), Maryland and Product Director Electronic Attack (PdD EA) are conducting market research. The purpose of this market survey is to identify parties qualified and interested in becoming the prime contractor for this effort. A demonstration of knowledge and experience with the Counter-Radio Controlled Improvised Explosive Device (RCIED) Electronic Warfare (CREW) and EW systems described below is necessary in order to adequately respond to this RFI. REQUIREMENTS PdD EA anticipates a requirement for production, sustainment, and services of Duke Systems and their assorted variants:� PLEASE REFER TO APRIL 5, 2019 POSTING W56KGY17RF079 FOR FULL LIST OF REQUIREMENTS (see attached). � PdD EA is reaching back out to industry to verify : Step I of the RFI: Applicability Instructions If �a vendor expressed interest and provided a white paper before please provide a response that you are still interested� If a vendor expressed no past interest and never provided a white paper and is now interested please provide a white paper. If a vendor is teaming with another interested vendor(s) please provide a response that you are still interested and �identify the vendor/partner. If a vendor is not teaming with another interested vendor(s) please provide a response that you are still interested and provide a response that you are not teaming with another interested vendor(s). If a vendor needs to review TDP to determine if interested please notify the Government contacts �in the RFI� Step II of the RFI: Based on the outcome of the responses, a second step in the RFI may occur to release full Technical Data Package (TDP) to interested vendors (other than the Original Equipment Manufacturer (OEM)) to ensure they are still interested in providing a proposal to any future solicitation issued by the Government. Criteria to"" qualify"" vendors for requesting/receiving the TDP: The respondent must agree to sign a non-disclosure agreement to view the TDP � The respondent must have personnel with at least a SECRET clearance in order to view the TDP � �(TBD) The respondent must be willing to� travel to APG if necessary, to view the TDP � (TBD) the respondent must have a facility capable of receiving and storing SECRET material � The offeror must have provided some level of engineering, development, manufacture, test, or sustainment of: Radio Frequency (RF) Electrical and Electronic systems, Military Command, Control, Computers, Communications, Cyber Intelligence, Surveillance and Reconnaissance (C5ISR) systems, or Military Electronic Warfare (EW) systems, within the last five (5) years. � Additional requirements may be required Anticipated Request For Proposal Release Date if the Government Decides to Proceed: June 2020. The security requirements for this effort will be as follows: SECRET facility clearance and SECRET safeguarding capability. Interested parties may identify their capability to meet all or portions of the requirements by submitting an unclassified white paper, technical data, and past performance data. Respondents must also address the following items: 1. Company Name, Contact Name, Position, Telephone, Email, and Company URL. 2. Corporate capability to include available facilities to execute sustainment requirements, Facility Clearance and safeguarding levels, The Commercial and Government Entity Code (Cage Code), and Data Universal Numbering System (DUNs) number. White paper and additional data must be provided to this office no later than 5:00 PM Eastern Standard Time on December 11, 2019. Only responses received by this date will be considered. Respondents must identify, in writing, their interest and capability to respond to this requirement by submitting one (1) electronic copy via email to Mr. Daniel Schwartz, daniel.a.schwartz4.civ@mail.mil, Mr. Mohammed Rizki, mohamed.rizki.civ@mail.mil, and Mr. Eric C. Pyles eric.c.pyles.civ@mail.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/587805428af241d19c365f6d8de8d3bc/view)
 
Record
SN06107683-F 20210825/210823230126 (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.