RFI SOURCES SOUGHT SYNOPSIS EUCOM FAAD C2 & AMDWS Field Service Representative (FSR), Engineering Support, Technical Support, and Maintenance Services for Eastern European NATO nations
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 (Updated)
- Updated Published Date: Apr 10, 2025 10:16 am CDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after response date
- Updated Inactive Date: May 10, 2025
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
INTRODUCTION
The Army Contracting Command, Redstone Arsenal, AL is issuing this request for information as a means of conducting market research to identify parties having an interest in and the resources to support the below requirement. The applicable National American Industry Classification System (NAICS) code assigned to this procurement is 541330. This request for capability information does constitute a request for proposals: submissions of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. This sources sought notice is being published in accordance with FAR Parts 10.002, Market Research and 15.201 Solicitations and Receipt of Proposals and information is a Request for information only in support of a market survey. Issuance is for planning purposes only to assist in identifying potential sources capable of supporting C2 Engineering and Support.
This is only a Request for Information notice and is not a Request for Proposal (RFP) or request for Quotation (RFQ). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to this notice. Responses to this notice will be used for a market research analysis that will assist in determining if the contemplated acquisition could be conducted under full and open competition, or if the contemplated acquisition should be set-aside for small business pursuant to FAR Part 19 Small Business Programs.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS, AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
DESCRIPTION
The requirement for this action is a new contract in September 2025 with a 12-month period of performance (PoP). Funding is provided by Fiscal Year (FY) 2024 Building Partner Capacity (BPC) funds from European Command (EUCOM) for the benefit of Eastern Europe. This effort will provide the necessary software engineering, field support, technical assistance, and interoperability testing to integrate into the North Atlantic Treaty Organization (NATO) architecture for Air Defense and Counter-Unmanned Aerial Systems (C-UAS) in support of their homeland defense.
The interested party shall be able to obtain and maintain personnel and facilities at the SECRET clearance level. The interested party shall be capable of complying with the Safeguarding Covered Defense Information and Cyber Incident Reporting clause at DFARS 252.204-7012 and shall have a Cybersecurity program that follows the National institute of Standards and Technology (NIST) Framework for Improving Critical compliance assessments performed by the Government.
The response should include the following: (1) Company information to include: Company name; size of company; small business category; brief introduction of business; cage code; point of contact to include phone number and email address; geographic presence; (2) identify if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; (3) statement of capability outlining past work that is related to this requirement as identified above and (4) provide any other pertinent information that will assist the USG in this assessment.
Purpose and Limitations
The Government’s intent is to better understand the current capabilities and strategies to determine the best solution. Industry feedback is vitally important, and the Government will be receptive to any and all ideas. Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked. Electronic submissions are strongly encouraged. All items must be in Microsoft Office 2003 or later format or Adobe PDF format. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website. It is the responsibility of any potential offeror to monitor https://sam.gov for additional information pertaining to this requirement. All industry responses shall be submitted via email to Army Contracting Command – Redstone, Contract Specialist: Wendy J. Flournoy, wendy.j.flournoy.civ@army.mil, Contract Specialist: Antoine C. Denson, antoine.c.denson.civ@army.mil, and Contracting Officer: Leigh Kellstrom, leigh.t.kellstrom.civ@army.mil
Contact Information
Primary Point of Contact
- Wendy J. Flournoy
- wendy.j.flournoy.civ@army.mil
- Phone Number 5206930200
Secondary Point of Contact
- Leigh Kellstrom
- leigh.t.kellstrom.civ@army.mil
- Phone Number 5206917022