Counter-small Unmanned Aircraft Systems (C-sUAS)

expired opportunity(Expired)
From: Federal Government(Federal)
FA875021R1000

Basic Details

started - 14 Apr, 2021 (about 3 years ago)

Start Date

14 Apr, 2021 (about 3 years ago)
due - 14 May, 2021 (about 2 years ago)

Due Date

14 May, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
FA875021R1000

Identifier

FA875021R1000
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE AIR FORCE (60450)AFMC (17421)AIR FORCE RESEARCH LABORATORY (2517)FA8750 AFRL RIK (617)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

****Updated as of 14 APR 2021, Updated the Primary and Secondary Points of Contact.********Updated as of 13 APR 2021, Posted the Request for Proposal (RFP) and Pricing Template, due date: 14 MAY 2021.********Updated as of 12 APR 2021, Posted the Questions & Answers for the DRAFT RFP.****PRE-SOLICITATION NOTICE OF DRAFT REQUEST FOR PROPOSAL (RFP):Please note this is notice is a continuation of FA875020R1000. The solicitation number has changed for Government Fiscal Year 2021. Potential offerors can review the prior posted documents at the FA875020R1000 notice.A draft Request for Proposal (RFP) for this effort is attached to this posting. Potential Offerors are encouraged to review and comment on the Draft RFP, including the Statement of Work (SOW) and Sections L and M. Please submit questions and comments to matthew.zawisza@us.af.mil and
href="mailto:terrence.lipinski@us.af.mil">terrence.lipinski@us.af.mil no later than 3:00 PM EST on 22 JAN 2021. The formal solicitation is expected to be released late in the 1st quarter of CY 2021.The Air Force Research Laboratory, Information Directorate, Rome NY (AFRL/RI) has a requirement to provide a focused yet flexible, rapid, agile contracting vehicle between Air Force Research Laboratory, its Products Centers, and the Operational Community to support rapid research, development, prototyping, demonstration, evaluation, and transition of Counter small Unmanned Aircraft System (C-sUAS) capabilities. These capabilities are to be used in combating Commercial Off-The-Shelf (COTS) small Unmanned Aircraft Systems (sUAS)—and others leveraging COTS technology—presently being used by our adversaries in asymmetric warfare against U.S. military personnel and materiel. Emphasis will be placed on: a) development of technology capability solutions that address specific user requirements; b) delivery of prototype technologies for evaluation and feedback in the context of the user’s operational environment; and c) provision of a mechanism for user acquisition of limited product quantities required for operational introduction of technologies. Anticipated deliverables include software, hardware, technical documentation and technical reports.For the aforementioned requirements, the Government anticipates a single award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) research and development (R&D) contract with Cost-Plus-Fixed-Fee Completion (CPFF/C) Task Orders, an ordering period of seventy-two (72) months, and a maximum ordering amount of approximately $490,400,000.The North American Industry Classification Systems (NAICS) code for this effort is 541715 with a small business size standard of 1,500 employees based on the Aircraft, Aircraft Engine, and Engine Parts exception.At time of award, the successful Offeror must be able to provide approximately 20% of proposed personnel to be TS/SCI cleared and assigned at time of award, with graduated increases in proportion over time. During performance, the Contractor's continued ability to meet security requirements will be evaluated. It is anticipated that Foreign Allied Participation will be excluded at the prime contractor level.A technical library relating to the subject area of this acquisition will be made available. Potential Offerors will first need to request access through AFRL/RI personnel. Full instructions and contact information are contained within the attachments of prior Pre Solicitation Notice FA875020R1000. For planning purposes, potential Offerors who wish to gain access to the Technical Read Library will be required to sign a “Statement of Terms for Receipt of Technical Read Library Access”, provide a copy of an approved DD Form 2345 “Militarily Critical Technical Data Agreement”, and provide a letter from the Data Custodian designated on that form authorizing access by whomever will be reviewing the library.Set-Aside Status: Total Small Business Set-Aside (SBSA). Evaluation of the capability packages received in response to the Request for Information (RFI-RIKD-19-01) resulted in a determination that a small business set-aside could be established. In addition the ongoing market research conducted thus far has provided adequate justification for C-sUAS to be a total SBSA.THE ENTIRE SOLICITATION WILL BE ISSUED ON THE BETA SAM WEBSITE AT https://beta.sam.gov/. Paper copies will not be available. The solicitation and any amendments thereto will only be available by downloading the documents from the website. All prospective offerors are responsible for monitoring the site for the release of amendments (if any) or other information pertaining to the solicitation. It is anticipated that the website will provide a registration service that will send an e-mail notification when a change is made to the solicitation. All responsible sources may submit a proposal in response to the RFP which shall be considered.Based on market research, the Government is not using FAR Part 12, Acquisition of Commercial Items, to solicit for the described supplies or services.Technical questions should be directed to the Contracting Officer's Technical Representative (COTR), Donna Toole at (315) 330-3972, donna.toole.1@us.af.mil. Any contractual questions or questions concerning this Presolicitation Notice should be communicated directly to Matthew Zawisza, Contracting Officer at (315) 330-4922, matthew.zawisza@us.af.mil, AND to Terrence Lipinski, Contracting Officer at (315) 330-4510, terrence.lipinski@us.af.mil. All presolicitation notice questions must be submitted in writing as noted above.In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting with an Ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer, Terrence Lipinski at (315) 330-4510, terrence.lipinski@us.af.mil, for resolution. AFFARS clause 5352.201-9101, Ombudsman, will be incorporated into the resultant contract. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the Ombudsman does not affect the authority of the Program Manager, Contracting Officer, or source selection official. Further, the Ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The Ombudsman may refer the party to another official who can resolve the concern. Consulting an Ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the Contracting Officer, concerned parties may contact the following AFRL Ombudsman: Mr. Steven L. Ewers, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-4407, email: steven.ewers@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the AFRL level may be brought by the concerned party for further consideration to the Air Force Ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. The Ombudsman has no authority to render a decision that binds the agency. Do not contact the Ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.

USALocation

Place Of Performance : USA

Country : United States

Classification

naicsCode 541715Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
pscCode AC13National Defense R&D Services; Department of Defense - Military; Experimental Development