Search Contract Opportunities

SAR / MTI Sensor and Support for Army Aerial ISR   2

ID: W56KGY24RFI0001 • Type: Sources Sought • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

Synopsis:

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSALS (RFP), QUOTES, OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR RESPONSES.

Notice

The United States Army Program Executive Office Intelligence Electronic Warfare and Sensors (PEO IEW&S) has developed this notice to solicit market research information to determine the scope of industry capabilities and interest. The market research information will be used to determine sources in the marketplace capable of supporting the requirement identified in this notice. Market research results will assist the Army in determining whether this requirement will be satisfied via full and open competition, a small business set-aside, or a sole source acquisition.

THIS IS A REQUEST FOR INFORMATION ONLY: It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication the Government will contract for the requirement identified in this notice. Responses to this notice are strictly voluntary and the Government will not pay respondents for information provided in response to this notice. Responses to this notice will not be returned and respondents will not be notified of the result of the review. This notice does not restrict the Government's acquisition approach on any resultant solicitation.

Background:

PD SAI, chartered under Program Executive Office Intelligence Electronic Warfare and Sensors (PEO IEW&S), has a requirement to develop, acquire, field, and provide life-cycle support for a SAR / MTI Sensor for an Army aerial intelligence, surveillance, and reconnaissance (ISR) platform.

Description of Requirement:

The PEO IEW&S is seeking information from industry to identify sources for procurement, sustainment and engineering services related to the Advanced Synthetic Aperture Radar System (ASARS-2B/C) Airborne Radar Set (ARS) P/N A2323334-100 developed by Raytheon, Cage Code: 4U884. At this time, the Government does not have ownership of any technical data packages in regard to the ASARS system. The Army is pursuing the ASARS-2B/C ARS system to meet its requirements for Synthetic Aperture Radar-Moving Target Indication (SAR/MTI) capabilities on manned aerial intelligence, surveillance, and reconnaissance aircraft. The Army has procured three (3) ASARS-2B/C ARS systems via U.S. Air Force contract FA8691-22-C-2001, to be delivered in 2026 and 2027.

The Government envisions procurement of engineering support, sustainment, production, and life-cycle contractor support required to deploy and maintain the readiness and operation capability of the ASARS-2B/C ARS onto Army platforms. The Government's intent of a proposed contract strategy would allow for the full acquisition lifecycle of services and supply needs for the ASARS-2B/C ARS system, with the acquisition of additional long lead SAR / MTI sensors, if required.

The North American Industry Classification System (NAICS) code for this action is 334511.

Response Instructions:

All respondents interested in providing the required services should provide the following information:

  • Your company name, address, POC, email addresses, phone, and the company's web page (if applicable).
  • CAGE Code, UEI, and Place of Performance Address.
  • Point of contact, including name, title, phone, and email address.
  • Size of company, predominant North American Industry Classification System (NAICS) and Product Service Code (PSC).
  • State whether the business is classified as an Alaska Native Corporations (ANCs) and Indian tribes, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business (including ANCs and Indian tribes), or Women-Owned Small Business.
  • Company capabilities and experience relative to the requirements in this RFI that is concise, yet clearly demonstrates an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements, specifically with Small Businesses, should be clearly delineated and previous experience in teaming must be provided.

Responses shall be in .doc or .docx format, or pdf, limited to 10 pages, single-spaced, 8.5-inch x 11-inch paper size, in Times New Roman 11-point font minimum. If your submittal contains company proprietary information, then it should be marked accordingly. If your submission contains unclassified but sensitive information then it should be properly labeled, handled, and transmitted. Classified responses are not desired and will not be reviewed. Submissions to this RFI will not be returned. Past performance information should include contract numbers, values, and customer information.

Offerors who wish to respond to this notice should send responses via email to Aaron Norton at aaron.j.norton3.civ@army.mil.

Overview

Response Deadline
Dec. 12, 2024, 1:00 p.m. EST (original: Nov. 30, 2023, 4:30 p.m. EST) Past Due
Posted
Nov. 14, 2023, 10:21 a.m. EST (updated: Dec. 5, 2024, 3:09 p.m. EST)
Set Aside
None
Place of Performance
Aberdeen Proving Ground, MD United States
Source

Current SBA Size Standard
1350 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Sole Source
Odds of Award
26%
On 11/14/23 ACC Aberdeen Proving Ground issued Sources Sought W56KGY24RFI0001 for SAR / MTI Sensor and Support for Army Aerial ISR due 12/12/24. The opportunity was issued full & open with NAICS 334511 and PSC 5821.
Primary Contact
Name
Aaron Norton   Profile
Phone
None

Documents

Posted documents for Sources Sought W56KGY24RFI0001

Opportunity Assistant

Opportunity Lifecycle

Procurement notices related to Sources Sought W56KGY24RFI0001

Incumbent or Similar Awards

Contracts Similar to Sources Sought W56KGY24RFI0001

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W56KGY24RFI0001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W56KGY24RFI0001

Experts for SAR / MTI Sensor and Support for Army Aerial ISR

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W56KGY
Source Organization Code
500043662
Last Updated
Dec. 27, 2024
Last Updated By
aaron.j.norton3.civ@army.mil
Archive Date
Dec. 27, 2024