Illinois Bids > Bid Detail

Sources Sought - Drone Services

Agency:
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159310962452996
Posted Date: Mar 19, 2024
Due Date: Apr 2, 2024
Source: https://sam.gov/opp/54591e0f8e...
Follow
Sources Sought - Drone Services
Active
Contract Opportunity
Notice ID
311111-MTC
Related Notice
Department/Ind. Agency
ENERGY, DEPARTMENT OF
Sub-tier
ENERGY, DEPARTMENT OF
Office
FERMILAB - DOE CONTRACTOR
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)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 19, 2024 04:22 pm CDT
  • Original Response Date: Apr 02, 2024 04:30 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Batavia , IL 60510
    USA
Description

SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)





FNAL seeks information on potential sources and industry feedback on the attached Draft Statement of Work (SOW) for Drone Services. This Sources Sought is published for market research purposes only to identify potential sources capable of providing a solution for Batavia, Illinois, location per Department of Energy standards and applicable local, state, and Federal laws.





TECHNICAL REQUIREMENTS



The draft SOW has the information listed regarding the technical requirements for this effort. As a reminder, these are drafts and estimates subject to change.



The North American Industry Classification System (NAICS) code for this requirement is 336411.



The SBA Size Standard is 1500 employees.





FNAL reserves the right to consider a small business set aside based on responses for subsequent action. FNAL has not determined if this will be set aside for small businesses. The determination will be made after a review of market research responses. All prospective contractors must be registered in the System for Award Management (SAM) database to be considered for award and register with their local Small Business Administration (SBA) office for small business classification.





Any information submitted by respondents to this sources sought synopsis is voluntary. This notice is not to be construed as a commitment by FNAL, nor will FNAL reimburse any costs associated with submitting information in response to this notice. Respondents will not be individually notified of the results of any FNAL assessments. FNAL's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition, set aside for small businesses, or any particular small business program.





INSTRUCTIONS:



1. The information below provides a "Contractor Capability Survey" to allow you to document your company's capabilities in meeting these requirements.



2. If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information are specified at the bottom portion of this notice. Failure to provide a complete response may result in FNAL being unable to assess your capabilities adequately. If you lack sufficient experience in a particular area, please explain how you would overcome the lack of experience/capabilities to perform that portion of the requirement (i.e., teaming, subcontracting, etc.)



3. This sources sought inquiry is for all potential vendors.



Questions relative to this market survey should be addressed via email to Michelle Crayton at mcrayton@fnal.gov





Part I. Sources Sought:



Please provide the following business information for your firm in the following format:





Vendor Name/ Cage Code/ | Socio-Economic Status / | Capability



Point of Contact: ITES-3S Contract #



[ABC, Inc] 1. [small business] [Provides all required specs with



UEI:[1FAKXX4] 2. [8(a) certified] consistent superior past performance



Name:[John Smith] 3. [SDVOSB] ratings. Able to successfully provide



Phone: [(555)123-4567] 4. [WOSB] support when needed. Substantial



Email: [john.smith@abcinc.com] 5. [ ITES- operations in every state in the



URL: www.abcinc.com 3S Contract] Northeast Region.]





Please also indicate in this table:



§ If your company has experience providing the services anticipated in the attached draft SOW,

§ Does your company have any recent sales history with federal agencies?



Attention: Small business respondents interested in submitting a proposal as the prime contractor for this effort: The acquisition strategy for this requirement has not been decided; however, FNAL is contemplating setting this acquisition aside for small businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. Provide specific details and rationale for compliance with FAR clause 52.219-14, including specific information regarding teaming arrangements. If subcontracts are to be used, provide an anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming or subcontracting arrangements should be delineated, and previous experience in teaming must be provided.



Attention all potential respondents: If this acquisition is not set aside for small businesses, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on what areas of this requirement are likely candidates for small business subcontracting.





Part II. Request for Information:



If possible, please provide answers to the following questions.



1. Are there specific requirements in the documentation that have the effect of limiting competition among potential vendors?



2. Is there anything in the SOW that has the effect of creating duplicative or unnecessary costs to the FNAL? Do you have any additional comments on the PWS? Has FNAL fully defined the SOW? Is there additional information that the vendor requires? If so, what information is necessary to meet FNAL's needs?

3. What Contract Line Item Numbers (CLINS) types does the contractor expect to see for this acquisition based on the SOW (FFP, COST, T&M)? Does the contractor anticipate requiring a Cost Type CLIN for any aspect of this acquisition? If so, please explain.



4. Does your company have firsthand experience providing the same or similar services?



5. Firm's past performance with federal, state, and local government agencies or commercial entities within the last three (3) years. If applicable, include the GSA contract number, multiple award schedule (MAS) categories, other available procurement vehicles, and the contract end date.





CAPABILITIES PACKAGE:



All interested firms should submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed. Any information submitted by respondents to this sources sought synopsis is voluntary. Responses to this notice are not offers and cannot be accepted by FNAL to form a binding contract. Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. The decision to solicit a contract shall be solely at FNAL's discretion.



The following information provided in your capabilities package will assist in the development of this requirement:




  • Is there an ability to receive and detect UAS RF signals in standard communication bands (2.4/5.8 GHz and 400/900 MHz)

  • Ability to validate the successful transmission of a protocol-based RF countermeasure

  • Ability to receive support and software updates

  • Type of battery, standard duration, and continuous flight times

  • Warranty: Provide evidence that the item has warranty options. (if applicable)

  • Standard operation capability of flying in winds and temperatures without modification

  • Delivery capability options



Responses must be submitted electronically in a Microsoft Word or PDF format and received no later than April 02, 2024, at 4:30 PM CST. Submit all questions concerning this acquisition to the attached question and answer template at the above email address. FNAL will not provide any information regarding an acquisition strategy or any information regarding the potential solicitation posting date.




  1. All correspondence sent via email shall contain a subject line that reads "Sources Sought – Drone Services." Attachments with files ending in ".zip" or ".exe" are not allowable, and files will be stripped and deleted from any emails received by the FNAL. Ensure only .pdf, .doc(x), or .xls(x) documents are attached to your email. Warranty: Provide evidence that the item has warranty options. (if applicable)


Attachments/Links
Contact Information
Contracting Office Address
  • Kirk Rd. & Pine St.
  • Batavia , IL 60510
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 19, 2024 04:22 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >