Project Linchpin_Radio Frequency EW Capabilities Request For Information (RFI)
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jun 18, 2024 02:46 pm EDT
- Original Response Date: Jul 15, 2024 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 30, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Aberdeen Proving Ground , MDUSA
Description
Request For Information: Project Linchpin Radio Frequency EW Capabilities
1. INTRODUCTION
REQUEST FOR INFORMATION ONLY. The purpose of this posting is to notify industry of an RFI. Project Linchpin enables the Army to deliver trusted solutions for AI-enabled systems through a secure Artificial Intelligence Operations and Artificial Intelligence Services (AIOPs+) while maximizing the Department of Defense (DoD) and Intelligence Community (IC) investments. Project Linchpin creates a collaborative yet competitive environment of industry and Government partners to establish the AIOPs+ ecosystem and creates new opportunities for inclusion into the ecosystem through rapid agile acquisition and contracting approaches.
PM EW&C oversees the acquisition of integrated Intelligence, Electronic and Cyber Warfare capabilities. These capabilities provide spectrum and dominance for the U.S. Army. PM EW&C manages a diverse portfolio across five product management offices, responsible for developing, acquiring, producing, fielding, and sustaining Programs of Record and Quick Reaction Capabilities. Their work includes analyzing, planning, organizing, and executing Electronic Warfare (EW) operations, focusing on degrading, disrupting, neutralizing, or destroying enemy capabilities.
2. DISCLAIMER
THIS IS NOT A NOTICE OF Request for Proposal (RFP) ISSUANCE. Responses to this request are voluntary and will not affect any contractor's ability to submit a proposal if, or when, an RFP is released for a future effort. The requested information is for planning purposes only and does NOT constitute a commitment, implied or otherwise, that a procurement action will be issued. It is issued to invite industry to share their thoughts with the Government on the subject topic.
No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this request.
Information received will not be considered confidential/proprietary unless marked accordingly. Company proprietary data will be reviewed by Government employees and authorized representatives only. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. No award will be made as a result of this request. This request is for informational purposes only to promote exchanges of information with industry in accordance with Federal Acquisition Regulation (FAR) part 15.201. The Government will not pay for any information and/or materials received in response to this request for information and is in no way obligated by the information received.
3. RESPONSE INSTRUCTIONS
Responses related to this Government issued RFI are due no later than 15 July 2024, 5:00pm (close of business) in the form of a whitepaper.
Responses shall be sent via email address to: usarmy.apg.peo-iews.mbx.linchpin@army.mil; Subject Line: “Project Linchpin RF EW Capabilities to Support Army Initiatives RFI #5”.
The whitepaper should not exceed 7 pages, not including the cover. The whitepaper must address the requested information outlined in the attached PDF.
***For the full RFI, please refer to the Attachments section***
Attachments/Links
Contact Information
Contracting Office Address
- DIV C HQ CECOM CONTRACTING CTR 6565 SURVEILLANCE LOOP
- ABERDEEN PROVING GROU , MD 21005-1846
- USA
Primary Point of Contact
Secondary Point of Contact
- Kurt Allen
- kurt.n.allen.civ@army.mil
History
- Aug 06, 2024 11:55 pm EDTSources Sought (Updated)
- Jun 18, 2024 02:46 pm EDTSources Sought (Original)
- Dec 16, 2023 11:55 pm ESTSpecial Notice (Original)