22 Jan 2021 - THIS NOTICE HAS BEEN UPDATED TO INCLUDE QUESTIONS FROM INDUSTRY AND RESPONSES.
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR SOLICITATION WILL NOT RECEIVE A RESPONSE.
INTRODUCTION:
The Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance, and Reconnaissance (ISR) and Special Operations Forces (SOF) Sensors, Foreign Military Sales (FMS) New Business and Advanced ISR Systems Branch, (AFLCMC/WINN) is conducting Market Research to identify potential sources who may provide the information detailed in this Sources Sought Synopsis (SSS).
CAUTION:
This is not a commitment to fund any effort submitted in response to this request. Respondents are placed on notice that participation does NOT guarantee participation in future solicitations or contract awards. AFLCMC is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the United States Government (USG) will not pay for any information or administrative costs incurred in response to this SSS. Please be advised that all submissions become USG property and will not be returned. All costs associated with responding to this SSS request will be at the responding party’s expense. This SSS request is issued solely for information and planning purposes only. It does not constitute a Request for Proposal (or solicitation) and does not guarantee the issuance of an RFP in the future. This SSS request does not commit the USG to contract for any supply or service whatsoever. The USG does not have any associated technical data to provide to potential sources.
INSTRUCTIONS:
1. AFLCMC/WINN has a requirement for rapid deployment, fielding, operation and sustainment of the following Multi-INT sensor payload ISR aircraft, terrestrial ground processing/operations centers and associated life cycle support described below. AFLCMC/WINN is exploring the market for service provider sources who can supply technically sound and economical qualified solutions. The requirement includes, to the maximum extent possible, the utilization of established Commercial off the Shelf (COTS) system-of-systems, consisting of integrated non-developmental items to deliver a rapidly deployable, turn-key service solution.
AFLCMC/WINN is requesting a quick-turn response to address this requirement to determine viability of the future acquisition strategy for this procurement in order to meet the end users’ requirements and delivery schedule to include a Rough Order of Magnitude (ROM) cost estimate for each area listed below, any time on or before 5 February 2021 at 1200 EST. The USG does not have any associated technical data to provide to potential sources.
Information solicited is as follows:
Services
Platform
Ability to conduct persistent stand-off ISR operations in accordance with sensor and capabilities listed below. Manned or unmanned systems can be proposed for this requirement.
Desired Multi-INT Payload Capability
Schedule
AFLCMC/WINN is requesting a system-of-systems that can be rapidly deployed to meet this requirement within six (6) months following contract award. Respondents are requested to provide schedule timeline for services availability and subsequent requirements.
Cost Data
AFLCMC/WINN is requesting a quick-turn Rough Order of Magnitude (ROM) cost estimate for each area listed below:
Planning Factors and Assumptions for cost development:
Please ensure all appropriate security procedures and policies are followed when responding to this SSS. Respondents should indicate which portions of their responses are proprietary and mark them accordingly. All information received in response to this SSS request that is properly marked as “Proprietary” will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The USG shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified.
This SSS request is issued pursuant to FAR Part 15.201(e). Questions regarding this SSS request must be submitted by 13 January 2021. Questions received after this date may not receive a response. Questions shall be sent via email to the Primary Point of Contacts (POCs) listed below.
Written, follow-up questions may be asked of responders for clarification, but this will not be indication of selection or preference.
Include the following information with your submission:
-Company Name and Address
-DUNs Number
-CAGE Code
-Point of Contacts (POC(s)) - Phone number(s) and email(s)
-Small Business Size Standard
-NAICS Code
Submissions will be accepted via email up to the due date of 5 February 2021 at 1200 EST.
Contracting Office Address:
2530 C Street
Wright Patterson AFB, OH 45433
United States
Primary Point of Contact (POC):
Grace Smith-Heit
Contracting Officer
Phone: 937-656-6227