The RFP Database
New business relationships start here

Airborne Laser Mine Detection System (ALMDS)


District Of Columbia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This SOURCES SOUGHT NOTICE is for market research purposes only and does NOT constitute a Request for Proposal. This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This SOURCES SOUGHT NOTICE is a market research tool being used to determine potential and eligible businesses capable of providing the supplies/services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. Any information submitted by respondents to this technical description is strictly voluntary.

This SOURCES SOUGHT NOTICE is issued by the Department of Defense (DoD) Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office (PEO) Unmanned Small Combatants (USC). This office is conducting market research in accordance with FAR Part 10, to determine if sources possess the requisite capabilities to successfully perform the requirement stated herein.


The Airborne Laser Mine Detection System (ALMDS) is used on the MH-60S aircraft and Littoral Combat Ship (LCS) Mine Warfare (MIW) Mission Package (MP). The ALMDS Pod System (APS) consists of the mission-specific hardware, software, and firmware components that are resident on the MH-60S Carriage, Stream, Tow, and Recovery System (CSTRS) during the execution of an ALMDS mission. The ALMDS consists of the APS, Peculiar Support Equipment (PSE) required for the transportation, storage, and maintenance of the APS, and training and logistical data products required to support the ALMDS integrated into the LCS MIW MP and MH-60S.


The NAVSEA intends to issue a Full and Open Competitive solicitation for the manufacture of the ALMDS including, safety, depot and software support, and PSE in support of the mine detection program. The Government does possess, and can provide, the technical data necessary to perform the required manufacture of the item, including interface requirements from the common console, the helicopter, mission support, software, control and communications, and hardware controller.


The proposed North American Industry Classification Systems (NAICS) code is 334511. Additionally, the Product Service Code (PSC) is 1075. At this time, the Government intends to do a Full and Open competition, or possibly set-aside the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program, if responses from this Sources Sought Notice indicate that it is in the Government's best interest to do so.


The Government requests that interested companies respond to this SOURCES SOUGHT NOTICE, if applicable, and identify your business status to the identified NAICS code. Responses to this SOURCES SOUGHT NOTICE shall demonstrate that the respondent is regularly engaged in providing supplies/services for the same or substantially similar items.


The contractor must possess a facility security clearance issued by the Defense Security Service at the SECRET level.


A single award contract is anticipated in Fiscal Year (FY) 2021 with priced options through FY 2025. The Government assumes an earliest contract award date of March 2021. A fixed-price contract type is anticipated for this procurement effort to produce the ALMDS. A cost-plus contract type is anticipated for associated support services.


RESPONSES:


Interested Contractors shall respond describing their capabilities for manufacturing and production processes and technologies; material planning and procurement; system safety; cyber security systems and infrastructure; quality control systems; software engineering; depot activities, processes and technologies; software product verification, assurance and compatibility; Software Support Activity; interface, factory and verification testing; and management approaches and procedures including manufacturing, subcontractors and diminishing resources. Your response to this Sources Sought Notice, including any capabilities statement package, shall be electronically submitted to the PCO, Matt Hedrick, via email to matthew.hedrick1@navy.mil in PDF or Microsoft Word Format. In order to be considered in this market survey, please reply on or before December 5, 2019 by 4:00 pm (Eastern Standard Time).


At a minimum, responses shall include the following:


Business name, business address, business website, point of contact name, mailing address (if different from business address), phone number and email address;


Company profile to include number of employees, annual revenue history, office location(s), Cage Code, DUNS number, and a statement regarding current small/large business status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, Other than Small Business);


Descriptive literature, brochures, marketing material, etc. detailing the nature of the services the responding firm is regularly engaged in providing;


Contractor's capability statement package, including all descriptive literature, shall have a 10 page limit (single spaced, 12-point font minimum). The respondent's capability statement package shall, at a minimum, define the following:


1. Core competencies - These are short introduction statements relating the company's core competencies to satisfy PEO USC's specific needs for the ALMDS procurement (e.g. - Manufacturing capabilities, maintenance, integration, and certification etc.), DoD and DoN experience.


2. Facility Security Clearance - Provide a short statement detailing the company's experience holding a facility security clearance and your ability to meet the safeguarding requirements or a statement regarding the ability to obtain the required industrial security clearances.


3. Past performance - List of past customers (maximum of 3) for whom the contractor has done similar size and scope of work within the last five (5) years. Provide details including contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract(s) relates to the supplies/services described herein;


4. Differentiators - How your company is suited for the needs of PEO USC? What is it about your abilities that make you stand out from the rest? What is it about your people that give you the advantage over your competitors? Why your supplies/services may provide better solutions?


DISCLAIMER AND IMPORTANT NOTES:

This notice is not a Request for Proposals and is not to be construed as a commitment by the Government to issue a solicitation. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.


Matthew C. Hedrick, Procuring Contracting Officer, Phone 202-781-4265, Email matthew.hedrick1@navy.mil - Brandon Siggers, Contract Specialist, Phone 202-781-4911, Email brandon.siggers@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP