SOURCES SOUGHT
15 -- Aerial Target Systems 3
- Notice Date
- 10/6/2022 6:18:31 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-23-R-ATS3
- Response Due
- 10/21/2022 10:00:00 AM
- Archive Date
- 12/31/2022
- Point of Contact
- Thomas Halverson, Phone: 407-208-5654, Robert M. Minjack, Phone: 321-235-7716
- E-Mail Address
-
thomas.l.halverson.civ@army.mil, robert.m.minjack.civ@army.mil
(thomas.l.halverson.civ@army.mil, robert.m.minjack.civ@army.mil)
- Description
- SOURCES SOUGHT NOTICE INTRODUCTION: The U.S. Army Contracting Command - Orlando (ACC-Orlando) is issuing this Sources Sought Notice (SSN) on behalf of the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager Cyber, Test and Training (PM CT2), Threat Systems Management Office (TSMO) as a means of conducting market research to identify potential sources having an interest and industry technologies available to provide all types of aerial target systems for the US Army, other Department of Defense (DOD) customers, and foreign clients. The Aerial Target Systems 3 efforts are general requirements for research, development, test and evaluation (RDT&E), commercial off the-Shelf (COTS) and non-commercial materials, technical flight, engineering and field support, and logistical and technical support for aerial target programs managed by TSMO. The proposed five-year Indefinite Delivery, Indefinite Quantity acquisition will be solicited on a full and open competitive basis. The result of this market research will contribute to determining the method of procurement if a requirement materializes. �Based on the responses to this Sources Sought Notice/market research, this requirement may be set-aside for small businesses (in full or in part), procured through full and open competition or sole source. �All small business set-aside categories will be considered. �Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER:� THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. �THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. �IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. �RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. �NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. �ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND:� U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager Cyber, Test and Training (PM CT2), Threat Systems Management Office has a requirement to acquire and provide affordable, reusable, realistic, threat representative aerial targets to the Army, other services, and Allied Nations to support a variety of missions which require both simulated and live-fire engagements.� REQUIRED CAPABILITIES: TSMO has a requirement to acquire and provide affordable, reusable, realistic, threat representative aerial targets to the Army, other services, and Allied Nations to support a variety of missions which require both simulated and live-fire engagements. Efforts to accomplish this mission include acquisition of aerial targets, aerial target subsystems, ground support equipment and spares, flight operations, communication technologies, training, and planning; and modification to existing aerial target systems to meet evolving requirements for research and development, test, and training support. TSMO is in search of contractors who can support research, design, development, production, technical flight and field support, and logistical support required for aerial target systems, aerial target subsystems, and components located within the aerial target as well as ground support equipment and control/testing systems external to the aerial target. Example efforts include, but are not limited to, the following: Provide engineering design and analysis support, prototype hardware, integration and testing of current TSMO Unmanned Aircraft Systems Provide towed target support to various DoD weapon systems developers and testers to include target hardware, manned aircraft support, GPS data logging. Acquire Aerial Target systems and services to meet current and future customer requirements Procure launch equipment, ground support equipment, spare parts, test equipment, special tools and other necessary documentation and technical support required to operate and maintain the target systems� Develop, produce, and technically support new payloads Provide research, design, architecture, acquisition, integration, installation, and support for advanced threat communication technologies, including Cellular 4G/5G, WiFi, point to point, and other emerging threat communication systems Developing and/or integrating various flight software including behaviors or threat effects Integrating target systems into TSMO threat force infrastructure such as the Army Ground Aerial Target Control Systems and Threat Battle Command Force � ELIGIBILITY: The applicable NAICS codes for this requirement is 336411 (Aircraft Manufacturing), 336412 (Aircraft Engine and Engine Parts Manufacturing), and 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing) with a Size Standard of 1500 Employees. �The applicable Product Service Code (PSC) is 1550 (Unmanned Aircraft). SUBMISSION DETAILS: All interested parties shall submit a Statement of Capability (SOC) that explicitly demonstrates their capability to provide/perform the requirement stated in this notice.� The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. �The response must not exceed 25 pages to include attachments. Your response to this Sources Sought Notice shall be electronically submitted to the Contract Specialist via thomas.l.halverson.civ@army.mil with a copy (Cc) via email to robert.m.minjack.civ@army.mil, darsey.l.wegrzyn.civ@army.mil and christopher.l.mccravy.civ@army.mil, no later than 2:00 p.m. (EST) on 20 OCT 2022 and reference this synopsis number in the subject line of the e-mail and on all enclosed documents. �Information and materials submitted in response to this request WILL NOT be returned.� �DO NOT SUBMIT CLASSIFIED MATERIAL. �All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.� Written responses to this Sources Sought should consist of the following: Tailored, independent test reports that document the assertion that the candidate system has demonstrated it is capable of meeting all performance requirements identified above. A manufacturing plan that describes manufacturing facilities and demonstrates its capability to meet the required delivery schedule, production rate and any surge capability. Proof of production, fielding, and training of aerial targets is required (i.e. contract number, customer POC information, locations fielded, quantities fielded etc.). Your firm's degree of familiarity and specific experience in providing technical manuals and training solutions. Provide a tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. A statement indicating if your firm is a large or small business under NAICS 336411, 336412, or 336413; if small business, please indicate any applicable socio-economic status [i.e., 8a, Small Disadvantaged Business (SDB), HUBZone, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB)] under NAICS 336411, 336412, or 336413. If you plan on subcontracting to other companies in order to deliver technical capability, please provide details on exactly which tasks will be assigned to those subcontractors; in addition, provide the names of those anticipated subcontractors, and list the anticipated percentage of small business subcontracting. An itemized Rough Order of Magnitude cost for each requirement listed above. The Government will base its decision as to whether this acquisition shall be full and open competition, small business set-aside, or sole source based upon responses to this synopsis and other market research.� All interested sources shall submit their SOC to the Primary Point of Contact listed below. �Proposals are not being requested or accepted at this time.� �As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation.� The decision to solicit for a contract shall be solely within the Government's discretion. All information/materials received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. *NOTE (LIMITATIONS ON SUBCONTRACTING):� If you are a small business interested in being the prime contractor for this effort, please be advised that FAR clause 52.219-14 (Limitations on Subcontracting) (DEVIATION 2021-O0008) was updated in September 2021.� The current clause adds the definition of �Similarly Situated Entity� and the 50% calculation for compliance with the clause.� Small business prime contractors may now count �first tier subcontractor� work performed by a �Similarly Situated Entity� as if it were performed by the prime contractor itself.� To assist in our market research and set-aside determination for this effort, if you are a small business interested in priming this effort and plan to utilize a �Similarly Situated Entity� to meet the Limitations on Subcontracting requirements, please identify the name & Unique Entity ID/CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. �Information regarding any planned �Similarly Situated Entity� should be included in answering any questions outlined in the SSN in order to assist the Government's capability determination.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9b20d7e5bdeb44299d3612a4b9bfe3df/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06489204-F 20221008/221006230103 (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 |