This is a Request for Information (RFI) only. This RFI is for AMCOM Express Technical Domain Blanket Purchase Agreement Holders only. PMO ASE requires support with technical management support, program management plans, integration, strategic planning, analysis, acquisition support, operational requirements, subject matter expertise, system design and development, production, quality, aircraft platform integration, software development, Test and Evaluation (T&E), system configuration management, and data management associated with the ASE programs. The Project Manager (PM) for ASE is chartered with developing, producing, integrating, and managing Army aircraft missile warning, infrared countermeasures, radar warning receiver, and laser warning systems. Description of Services: The purpose of this requirement is to provide engineering support services to the Aircraft Survivability Equipment (ASE) Project Management Office (PMO). This effort includes technical management support, integration, strategic planning, analysis, acquisition support, operational requirements, subject matter expertise, system design and development, production, quality, aircraft platform integration, software development, Test and Evaluation (T&E), system configuration management, and data management associated with the ASE programs. The Project Manager (PM) for ASE is chartered with developing, producing, integrating, and managing Army aircraft missile warning, infrared countermeasures, radar warning receiver, and laser warning systems. The Contractor shall provide personnel capable of performing specific duties throughout the lifecycle management support of all assigned programs identified in the Performance Work Statement (draft copy of the PWS is attached to this RFI). The Contractor may be required to perform services at its own facility (off-site) or at a duty station at any U.S. Government facility or other designated facilities (on-site) within the Continental U.S. (CONUS) or outside the Continental U.S. (OCONUS), as specified by individual task orders. Clearance Requirements: The Contractor shall be required to have a TOP SECRET facility clearance, and the Contractor's work effort shall include up to TOP SECRET//SCI. As a minimum, all contractor personnel will be required to obtain and maintain a favorable security clearance at the SECRET at the time of task order award and throughout the duration of this contract. A minimum number of Contractor positions will be identified that require current TS//SCI access. Period of Performance: Base Year with Four (4) Option Years The notional period of performance for this action is 1 June 2023 to 31 May 2028, which is subject to the actual date of award. This market research will be used to ensure a sufficient number of small businesses exist with the intent to propose. The Draft Performance Work Statement (PWS) is enclosed. The anticipated North American Industry Classification System (NAICS) for this requirement is 541330 Engineering Services, Exception A Military and Aerospace Equipment and Military Weapons. Product service Code (PSC): The services in this solicitation are best represented by PSC Code: R499 Other Professional Services. Performance requirements: The procurement history for this effort is as follows: Incumbent Name: SAIC, CAGE: 1SNC2 Contract Number: Contract GS00Q14OADU329 Order 47QFSA18F0040 HOW TO RESPOND: All interested Parties should submit a written response to this RFI no later than 10 June 2022. Responses shall include, but it is not limited to the following: 1. A Company History: A one page history to include previous major products and primary customer base. 2. Past Performance Information: List your company's experience within the last five years for work of a similar size, type, and complexity as described above. If possible, include the following information: contract number, type of contract, dollar value of contract, and government point of contact with knowledge of performance. 3. Additional Information: The U.S. Army requests interested vendors respond to this RFI with the information to demonstrate their ability to perform the tasks described above. Vendor responses should, at a minimum, clearly demonstrate their integral knowledge with technical management support, integration, strategic planning, analysis, acquisition support, operational requirements, subject matter expertise, system design and development, production, quality, aircraft platform integration, software development, Test and Evaluation (T&E), system configuration management, and data management associated with the ASE programs. Potential sources must also be able to clearly identify/ demonstrate how they will meet support tasks within a short period of performance with minimal USG technical oversight. Responses must include your organizations approach to providing the described services and any specialized capabilities, skillsets, or equipment directly related to this effort. Furthermore, the potential source shall not infringe on Intellectual Property Rights. Sources shall also possess production and test facilities that are cleared up to the secret level. 4. Contractor Statement indicating a level of interest. 5. Capabilities Briefing provides potential offerors and other interested parties the opportunity to conduct a virtual presentation via TEAMS to demonstrate their capabilities, past performance, case studies, background, experience and understanding of the requirement identified in the Draft Performance Work Statement (PWS) for PM ASE Engineering Support. Offerors planning to participate in Capabilities Briefing must confirm planned attendance by sending an e-mail to the Contract Specialist, Ms. Ashley Bower at ashley.w.bowers.civ@army.mil. Confirmation is required by COB 10 June 2022 and must include the company name, a point of contact, phone number and the number of company members planning to attend. Each firm is limited to a maximum of 5 participants for a time frame of 30 minutes for each presentation. Page Limit: No more than 15 single-sided pages on a (8 1/2" X 11") with one inch margin (top, bottom, left and right) with a 12-point font size in Arial or Times New Roman font. Line spacing shall be set at no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. For tables and drawings, landscape orientation is permitted. Microsoft Office Professional 2016 and PowerPoint 2016 or later shall be used to create the files. All graphics shall be compatible with MS PowerPoint 2016. If any of the material provided contains proprietary information, please mark and identify disposition instructions. Submitted data will not be returned. Graphs and Spreadsheets must be no larger than 8 1/2" X 11" when printed, and also does not count against the page limit. 6. Whether you or a Team Member are a Small Business for the Primary NAICS. (NOTE: BPA holder's size is determined by the BPA Size and Direct Awardee's/Team Members' size is determined by System for Award Management (SAM) at time of quotation.) 7. Whether you and/or your Team Members have all applicable SINs on your GSA Schedule. (NOTE: The team will be required to cover all applicable SINs for this requirement.) 8. Address your firm's and projected Team Members' experience with this type of work. 9. Identify if you are considered a Prime contractor or a Team member award. 10. Address whether you (or the proposed direct awardee) and all the Team Members are Small Businesses. 11. Address whether you (or the proposed direct awardee), along with Small Business Team Members and Small Business Subcontractors, intend to perform at least 50% of the dollars of the effort. (NOTE: If the resultant TORFQ were to be issued as a Small Business Set Aside (SBSA), any Small Business firm with or without its small business team members/subcontractors will be responsible for meeting the requirements of FAR 52.219-14, Limitations on Subcontracting.) 12. Do you or your planned Team Members/Subcontractors have any conflicts of interest that would arise as a result of the work in this PWS? (Note: See BPA Paragraph (47) which outlines Organizational Conflict of Interest requirements) 13. Comments on the attachments to this RFI. There is no Page Limit for comments. 14. Negative responses requested. Submissions will not be returned to respondents. Security classification guidance shall be directed to PM ASE, Ms. Vickie Cooper at 256-313-0687 and email: vickie.c.cooper.civ@army.mil. Submission Information: Interested offerors shall respond to this source sought no later than 10 June 2022. All interested contractors must be registered and active in the System for Award Management (SAM) to be eligible for award of Government contracts. All responses to this RFI shall be submitted via email to Ms. Ashley Bowers, ashley.w.bowers.civ@army.mil Additional Information: There is no commitment by the U.S. Government to issue a solicitation, make an award or awards, or to be responsible for monies expended by an industry response to this RFI. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website located at http://fbo.gov/. All information received in response to this RFI that is marked proprietary will be handled accordingly. Interested vendors may submit one (1) set of questions regarding this RFI, by email to the points of contact listed below within five (5) business days of the RFI publication date. Contracting Office Address: Army Contracting Command Redstone Attn: Christopher Williams Sparkman Bldg. 5303 Redstone Arsenal, Alabama 35898-0000 Place of Performance: Department of the Army, Project Manager, Aircraft Survivability Equipment (PM ASE) Huntsville, Alabama 35806