Florida Bids > Bid Detail

Small Remote Reconnaissance Platform (SRRP) - Request for Information

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159668147641902
Posted Date: Apr 12, 2024
Due Date: Apr 29, 2024
Solicitation No: FA8051-24-XXXX
Source: https://sam.gov/opp/5a9b635cb4...
Follow
Small Remote Reconnaissance Platform (SRRP) - Request for Information
Active
Contract Opportunity
Notice ID
FA8051-24-XXXX
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AF INSTALLATION & MISSION SUPPORT CENTER
Office
FA8051 772 ESS PKD
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 12, 2024 10:53 am CDT
  • Original Response Date: Apr 29, 2024 09:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1550 - UNMANNED AIRCRAFT
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Tyndall AFB , FL
    USA
Description

AFICC 772d ENTERPRISE SOURCING SQUADRON

Request for Information



I. THIS NOTICE IS ISSUED AS A REQUEST FOR INFORMATION PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist.



II. The United States Air Force (USAF) has a requirement in support of Directorate of Headquarters Air Force Civil Engineer Center (HQ AFCEC) for the purchase of Explosive Ordnance Disposal (EOD) Small Remote Reconnaissance Platform (SRRP) systems in accordance with the attached Appendix D – SRRP Performance Attributes/Effectiveness and Appendix E – Trade Agreement Act (TAA) Country Compliant List.



In order for the USAF to better understand the capabilities of the industry, please address the following questions:

1. Relevant Past Experience



1.1. Does the vendor have previous in developing ground robotics or aerial reconnaissance systems for the Department of Defense?



1.2. Does the vendor have experience with the federal supply system and national stock numbers? Do you have experience with DoD/USAF government contracts?



1.3. To what extent does the vendor rely on subcontracts for parts and labor? Do you expect any issues with delays in manufacturing, long-lead ordering issues?





2. Shipping and Logistics

2.1. Does the vendor have sufficient industrial base for logistics support and meeting supply chain needs?



2.2. Does the vendor provide software updates for the systems/platforms?



2.3. Does the vendor have repair facility and capability to repair?



2.4. Does the vendor utilize or have access to shipment tracking websites for all legs and modes of transportation?



2.5. Do all the vendors (prime and subs) have and utilize the same inventory management system?



2.6. Does the vendor have experience with overseas shipments?



2.7. Does the vendor utilize an overseas custom agent?



2.8. What is the arrangement for off-loading at the final destinations?



2.9. What is the plan to repair items damaged in shipment?





3. Does the vendor have the ability to provide training, set-up, initial use guidance, user guides, instructions, etc.?



III. The Government is performing market research primarily to locate firms with the capability to execute the requirements of this anticipated Request for Information. Therefore, all business concerns are invited to provide a capability statement in response to this requirement. It is required for all contractors to be registered to do business with the Government in SAM before any award will be made. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/SAM/pages/public/index.jsf. This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any preparation costs for this effort.



IV. The Government strongly encourages any firms interested in such work to submit a capability statement that addresses, as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industry Classification System (NAICS) Code 336411– Aircraft Manufacturing. The small business size standard for this NAICS is 1500 employees.



V. Contractors who can provide this product should submit in writing an affirmative response, which includes as a minimum the following information:

a. What is the name of your business, CAGE Code and UEI?



b. What is your business address?



c. Provide a point of contact to include telephone number and email address.



d. Based on your professional experience in the private sector, would you consider this requirement to coincide with work typically provided in the commercial market?



e. Provide an additional NAICS code with justification that you would recommend as being more applicable



f. Specify your business type large business or small business (SBA certified Small Business, Small Disadvantaged Business, 8(a) Certified Small Business, HUBZone Small Business, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business) based upon NAICS 336411. Specify all that apply.



g. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513.



h. Please provide your assessment on whether subcontracting opportunities are available and what goals would be appropriate. Please include supporting rationale.



i. Identify any projects completed in the past three (3) years for the same or similar items to help determine your firm’s capability in meeting the requirement for the items listed. Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact. Please also provide subcontracting percentages and dollars for the projects identified.



j. Do you have any other comments or suggestions that you would like to share with us?



VI. All responsible sources are encouraged to submit a capability statement response to this announcement. All such responses will be considered by the agency. Responses shall be submitted electronically to the Contracting Officers listed: Nikita Chandiramani at nikita.chandiramani@us.af.mil, and Capt Chase Lehocky at chase.lehocky.3@us.af.mil.



All responses shall be received no later than 29 April 2024, 0900, CST. Responses shall be no more than 10 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 10 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 850 283 6419 139 BARNES DR STE 1
  • TYNDALL AFB , FL 32403-5322
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 12, 2024 10:53 am CDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >