The RFP Database
New business relationships start here

Target Control System (TCS) Program 2025 Technology Forecast


Florida, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

REQUEST FOR INFORMATION (RFI)
Target Control System (TCS) Program 2025
Technology Forecast
FA8678-17-R-TCS2025

The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, is currently conducting market research seeking comments from industry, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business. Information provided under the RFI will be shared with Booz Allen Hamilton (Booz Allen) Fort Walton Beach, FL and Torch Technologies, Inc., headquartered in Huntsville, AL. Information should address the capability of providing new technologies that can resolve the shortfall of the current TCS architecture in the areas of robust communications, responsive system delivery, and realistic presentation during aerial target command, control, and operations. See the attached background information that identifies the two major systemic issues of the current TCS.


All interested vendors shall submit a response addressing the questions on the attached survey to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.


The NAICS Code assigned to this acquisition is 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) with a size standard of 1,000 employees. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14.


THIS RFI IS FOR MARKET RESEARCH PURPOSES ONLY. This is not a Request for Proposal. This is a market research tool to gather information. Any information submitted by respondents to this RFI is strictly voluntary. This RFI does not constitute a solicitation and shall not be construed as a commitment by the Government. No funds are available to pay for preparation of response to this RFI and the Government will not reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.


SURVEY / CAPABILITIES STATEMENT: All interested vendors shall submit the completed survey. In addition, vendors may submit capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 15 pages.


Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.


Responses may be submitted electronically to the following e-mail address: b.parton@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA8678-17-R-TCS2025, Target Control System (TCS) Program 2025 Technology Forecast". If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted.


Late information received may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this RFI as a basis for a subsequent project/requirement. Any project/requirement developed from the RFI responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this RFI will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this RFI. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided. No appointments for presentations will be made in reference to this RFI.


Government employees will review submitted responses to this RFI and will share all information with Booz Allen and Torch.


Respondents are also advised that employees of other commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.


RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 31 August 2015. Direct all questions concerning this requirement to Belva Marie Parton at b.parton@us.af.mil.


2 Attachments
1. Background
2. Survey


Belva M. Parton, Contracting Officer, Phone 8508833376, Email b.parton@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP