SOURCES SOUGHT/REQUEST FOR INFORMATION
The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting market research seeking potential sources that are capable of providing the maritime platforms/unmanned surface vehicles required in accordance with the attached Technical Requirement Document dated 18 April 2025.
This is NOT a pre-solicitation notice pursuant to FAR Part 5, but a market survey to identify sources that are capable of providing the unmanned surface vehicles in accordance with the Technical Requirement Document dated 18 April 2025.
All interested vendors shall submit a response demonstrating their desire to perform this effort to the Primary Point of Contact listed below. Quotes/pricing are not being requested or accepted at this time; responses cannot be accepted by the Government to form a binding contract. No solicitation exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.
The NAICS Code assigned to this acquisition is 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a small business size standard of $1,350 Employees. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.
Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. Any proprietary information contained in response to this request will be properly protected from unauthorized disclosure.
Only Government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government (Advisory and Assistance Services) may be used to administratively process submissions and perform other administrative duties requiring access to other Contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their Contractor employees from disclosing any information submitted by other Contractors or using such information for any purpose other than that for which it was furnished.
Responses shall be submitted electronically to the following e-mail address: kristina.brannon.1@us.af.mil. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email; the email filters may inadvertently delete all other attachments.
RESPONSES ARE DUE NO LATER THAN 12:00 P.M. (CDT) ON 31 July 2025. Direct all questions concerning this requirement to Kristina B. Brannon at kristina.brannon.1@us.af.mil