SOURCES SOUGHT
15 -- Request for Information (RFI) - U.S. Coast Guard (USCG) Counter - Unmanned Aircraft Systems (C-UAS)
- Notice Date
- 7/3/2025 12:05:54 PM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
- ZIP Code
- 20593
- Solicitation Number
- 70Z02325IRASX0001
- Response Due
- 7/25/2025 2:00:00 PM
- Archive Date
- 08/09/2025
- Point of Contact
- William E. Lewis, James M. Nakamoto
- E-Mail Address
-
William.E.Lewis3@uscg.mil, James.M.Nakamoto@USCG.MIL
(William.E.Lewis3@uscg.mil, James.M.Nakamoto@USCG.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- All interested parties are invited to complete and submit Attachment A: C-UAS Characteristics Spreadsheet, Attachment B: DD-1494 Application for Equipment Frequency Allocation, and also provide a capabilities statement, which shall not exceed five (5) total pages per C-UAS employment mode (e.g., Fixed, Temporary, On-The-Move, Portable) in no smaller than 12-point Times New Roman font. The capability statement should demonstrate understanding, capability, approach, qualification, and past experience in meeting the work requirements identified in Attachment A, C-UAS Characteristics. Finally, interested firms should identify challenges and risks associated with meeting the requirements outlined above and how the organization would minimize those risks. The Government will review the submitted documents to determine if the interested firm is capable of satisfying the requirements based on its demonstrated understanding, capability, approach, qualification, and past experience in each of the areas included in Attachment A. Please note that a small business concern may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this source sought must clearly discuss the areas of the Attachment A that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform. Please note that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern, and/or shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. pursuant to the FAR clause at 52.219-14 entitled �Limitations on Subcontracting (MAR 2020)�. In furnishing the requested information, please include the following as part of the submission: Name of the Organization Address of the Organization Website of the Organization Telephone Number, Address, and Email address for the primary point of contact for Capabilities Statement CAGE Code and DUNS Number for the Organization Small business standing (i.e., large or small business) under NAICS Code 541330 � Engineering Services ($5.5 million) If a Small Business, indicate Small Business Type(s) (e.g., Small Business, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUBZone Certified, Veteran Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business) Manufacturer status (Original Equipment Manufacturer or Reseller) Are there any existing Contracts or Strategic Sourcing Vehicles that can be leveraged A description of your organization�s capability to meet the requirements stated above A summary of your organization�s history relating to similar requirements If interested in one-on-one meetings, state as such and provide POC information to coordinate. As much as possible, it is preferred that capability statements be nonproprietary. However, capability statements with company-sensitive data and concepts will be accepted, and the Government will respect restricted data markings. Responders are expected to appropriately mark their submissions that contain proprietary information; receipt of classified materials is not anticipated. All responses and questions shall be submitted electronically, via email, no later than 5:00 PM Eastern Time (ET) on July 25, 2025, to all the points of contact listed below. Only attach MS Word/Excel compatible files or Adobe Acrobat PDFs in electronic correspondence. Primary Points of Contact USCG RAS Counter Air Team COMDT-LST-DCS-RAS-Counter-Air@uscg.mil Attachment: USCG C-UAS RFI 2025 Attachment A: C-UAS Characteristics Spreadsheet Attachment B: DD-1494 Application for Equipment Frequency Allocation
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a7a977b160864262916e2772ff6ceaa0/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07499232-F 20250705/250703230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |