D-FEND Counter Unmanned Aircraft Systems Maintenance and Service

expired opportunity(Expired)
From: Federal Government(Federal)
70US0921R70090030

Basic Details

started - 05 May, 2021 (about 3 years ago)

Start Date

05 May, 2021 (about 3 years ago)
due - 12 May, 2021 (about 3 years ago)

Due Date

12 May, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
70US0921R70090030

Identifier

70US0921R70090030
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34413)US SECRET SERVICE (326)U S SECRET SERVICE (315)
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.

****Please read the RFI in it's ENTIRETY before submitting questions or responses****This notice constitutes a Request for Information (RFI) Pursuant to Federal Acquisition Regulation (FAR) Part 15.201 for the purpose of determining the capability of sources in the marketplace for a contemplated effort for D-FEND Counter Unmanned Aircraft Systems Maintenance and Service. This RFI is for procurement planning purposes. Only for eventual award and shall not be construed as a request for proposals/quotes, solicitation, or commitment on the part of the Government to issue any future solicitation or award. The Government will not reimburse any costs associated with the development and submission of materials in response to this request.The contemplated effort would be a firm-fixed-price, one-time purchase with a one base year and one option year. The North American Industry Classification System (NAICS) code for this requirement is 336411 “Aircraft Manufacturing”, Business Size Standard of
$1,500, SIC 3728 “Aircraft Parts and Auxiliary Equipment, Not Elsewhere Classified”.Performance Work Statement (PWS) is attached to this RFI.All interested parties are invited to submit a capabilities statement, which shall not exceed three (3) total pages and no smaller than 12-point Times New Roman font. In providing information relevant to the ability of your firm to successfully execute the work described in this notice.The capability statement should demonstrate understanding, capability, approach, qualification, and past experience in meeting the work requirements identified in Attachment # 1, Draft Performance Work Statement. Finally, interested firms should identify challenges and risks associated with meeting the requirements of the Section 1.1 “Scope” and how the organization would minimize those risks. The Government will review the capability statement to determine if the interested firm is capable of satisfying the requirements based on its demonstrated understanding, capability, approach, qualification, and past experience in each of the areas included in the Draft Performance Work Statement (Attachment #1). Please note that a small business concern may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this sources sought must clearly discuss the areas of the Draft Performance Work Statement that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform. Please note that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern, and/or shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. pursuant to the FAR clause at 52.219-14 entitled “Limitations on Subcontracting (MAR 2020)”.   In furnishing the requested information, please include the following as part of the submission:Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.Prior/current experience performing efforts of similar size and scope within the last three years, including contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract related to the services described herein;Management approach to staffing this effort with qualified personnel.Statement regarding capability to obtain the required industrial security clearances for personnel.Company’s ability to begin performance upon contract award.Can or has your company managed a task of this nature? If so, please provide details.What specific technical skills does your company possess which ensures capability to perform the tasks?Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc.Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.Small business standing (i.e. large or small business) under 336411 “Aircraft Manufacturing”, Size Standard Business $1,500. Confirm NAICS 336411 is the correct one for this acquisition.Telephone/Fax Number, Address, and Email address for the primary point of contact for Capabilities Statement.Provide GSA Source, Category, SIN, SIN Description, and GSA Catalog Pricing list (if applicable).Do you have any issues/questions/concerns with the PWS?How many calendar days does your firm need to prepare a quotation resulting from this solicitation?Is your company registered, and active, in the System for Award Management (www.sam.gov)?As much as possible, it is preferred that capability statements be nonproprietary. However, capability statements with company-sensitive data and concepts will be accepted, and the Government will respect restricted data markings. Responders are expected to appropriately mark their submissions that contain proprietary information; receipt of classified materials is not anticipated.All responses shall be submitted electronically, via email, no later than 12:00pm Eastern Time (ET) on May 12, 2021 to the primary and secondary point of contacts.No phone calls will be accepted.

Washington, DC, 20001, USALocation

Place Of Performance : N/A

Country : United StatesState : District of ColumbiaCity : Washington

You may also like

RESILIENT SUPPLY CHAIN ECOSYSTEM FOR AGILE MANUFACTURING OF UNMANNED AIRCRAFT SYSTEMS

Due: 15 May, 2025 (in 12 months)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

BLUE SMALL UNMANNED AIRCRAFT SYSTEMS (SUAS) FOR U.S. BORDER PATROL.

Due: 14 Sep, 2024 (in 4 months)Agency: U.S. CUSTOMS AND BORDER PROTECTION

Please Sign In to see more like these.

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

Classification

NAICS CodeCode 336411
Classification CodeCode J016