HERO 120 Support
ID: H92239-25-Q-0008Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USASOC CONTRACTINGFORT LIBERTY, NC, 28310-5200, USA

NAICS

Other Computer Related Services (541519)

PSC

EDUCATION/TRAINING- OTHER (U099)
Timeline
    Description

    The U.S. Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking sources for the HERO 120 Support contract, which involves providing field engineering support for the HERO Airborne Camera Sensor/Platform/Software systems during two events at Fort Bragg, North Carolina. The contractor will be responsible for delivering technical support, conducting system checks, and ensuring the effective operation of the HERO systems, including the provision of a HERO Air Refilling System, during the scheduled field experimentation events from March 31 to May 1, 2025. This support is crucial for the safe and effective execution of airborne operations by the Army Special Operations Forces (ARSOF). Interested parties should contact Sandra G. Bramble at sandra.g.bramble@socom.mil or call 910-396-0527 for further information, noting that this is a Sources Sought notice and not a request for proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a contract for non-personal CONUS (Continental United States) HERO (High Energy Release Operations) field engineering support for the U.S. Army Special Operations Forces (ARSOF). The contractor is responsible for providing personnel, equipment, and materials to ensure effective operation of HERO Airborne Camera Sensor/Platform/Software systems during two field experimentation events at Fort Bragg, North Carolina from March 31 to May 1, 2025. Key services include conducting system checks, providing technical support during flights, ensuring synchronization of equipment, and delivering one HERO Air Refilling System. Quality control will be managed by the contractor, with oversight from a designated Contracting Officer Representative (COR). The contractor's personnel must meet specific certification and language requirements, and must undergo background checks. Public health guidance must be followed during the contract duration. The document also details safety protocols, organizational conflict of interest considerations, and contractor responsibility for travel and materials necessary for task fulfillment. Overall, the PWS emphasizes collaboration between the contractor and government entities to maintain high-quality service delivery for mission success.
    Lifecycle
    Title
    Type
    HERO 120 Support
    Currently viewing
    Sources Sought
    Similar Opportunities
    SOCCENT Unmanned Aerial System Procurement
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the procurement of unmanned aerial systems (UAS) as part of its SOCCENT initiative. This procurement aims to enhance operational capabilities through advanced unmanned aircraft technology, which plays a critical role in modern military operations and intelligence gathering. The place of performance for this contract will be in Iraq, and interested vendors can reach out to Kevin R. Margeson at kevin.r.margeson.mil@socom.mil or Gabrielle D. James at gabrielle.d.james.mil@socom.mil for further details. The opportunity is categorized under NAICS code 541715, focusing on research and development in the physical, engineering, and life sciences, specifically excluding nanotechnology and biotechnology.
    Commercial Solutions Opening (CSO) PEO-SDA
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking innovative solutions through its Commercial Solutions Opening (CSO) for the Program Executive Office SOF Digital Applications (PEO SDA). The objective is to accelerate the integration of commercially derived software innovations into deployable capabilities that enhance the effectiveness of Special Operations Forces (SOF). This initiative is crucial for developing software-intensive programs and technologies that can improve operational efficiency and lethality. Interested vendors are encouraged to submit Solution Briefs for evaluation, with the potential for awards to be made throughout 2024 and 2025. For inquiries, contact Christie Orlando at christie.r.orlando.civ@socom.mil or Kyle Zinnel at kyle.a.zinnel.civ@socom.mil.
    National Registry Emergency Medical Technicians
    Buyer not available
    The U.S. Army Special Operations Command, under the Department of Defense, is seeking information from potential contractors to provide national certifications for Emergency Medical Technicians (EMTs) and Paramedics for the Joint Special Operations Medical Training Center. This Request for Information (RFI) aims to gather insights and capabilities from industry participants to inform future procurement strategies, emphasizing the importance of these certifications in enhancing emergency medical training and operational readiness. Interested firms are required to submit detailed documentation demonstrating their capabilities and relevant experience by October 17, 2024, and must be registered with the System for Award Management. For further inquiries, potential respondents can contact Debbie Harris at debbie.harris.civ@socom.mil or Jonathan D. Long at jonathan.long@socom.mil.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    Warrior Care Global Support Draft RFP
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) program, aimed at providing non-clinical case management and advocacy services for wounded, ill, or injured Special Operations Forces personnel. The procurement focuses on delivering comprehensive support in areas such as Recovery Care Coordination, Military Adaptive Sports, Career Transition, and Benevolence for service members and their families. This initiative is critical for enhancing the recovery and reintegration of affected service members, ensuring they receive the necessary resources and support throughout their transition. Interested contractors must submit their proposals electronically, adhering to specified formats and deadlines, with evaluations based on technical proposals, past performance, and pricing. For further inquiries, potential bidders can contact Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
    Targeted Requirement EXecution (TREX) 3 Multiple Award Contract(s) (MAC) Follow-On Request for Proposals (RFP)
    Buyer not available
    The Department of Defense, through the United States Special Operations Command (USSOCOM), is soliciting proposals for the Targeted Requirement Execution (TREX) 3 Multiple Award Contract (MAC), with a total ceiling value of $2.39 billion. This procurement aims to establish a formal Request for Proposal (RFP) for multiple award contracts, allowing for full and open competition, including a reserved prime contract for a highly rated small business offeror. The goods and services sought under this contract are critical for supporting USSOCOM's operational capabilities, emphasizing compliance with security protocols and contractor responsibilities. Interested vendors must ensure their SAM account is updated and submit their Cage Code to the designated contacts, Eric N. Carlin and Deanna R. Grimshaw, to gain access to restricted documents, with the final RFP submission deadline set for April 22, 2025.
    Air Force Special Operations Command Areas of Interest
    Buyer not available
    The Air Force Special Operations Command (AFSOC) is seeking industry partners to support its identified Areas of Interest for the 2024-2025 period. AFSOC aims to enhance mission effectiveness through advanced capabilities in various operational domains, including integrated antennas for communication, battlefield trauma care, autonomous threat identification, and cyber surveillance, among others. These initiatives are crucial for improving operational readiness and adaptability in contemporary military operations, particularly in complex combat environments and austere conditions. Interested parties should contact the Technology and Industry Liaison Office (TILO) at AFSOC.A8.TILO@us.af.mil, providing a capability brief and completing the Industry Information Form linked in the notice.
    Actian Ingress and OpenROAD License Subscriptions
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is conducting market research for the procurement of one-year subscriptions for Actian Ingress and OpenROAD software licenses (version 11.2 or higher) to support operations at Fort Eustis, Virginia. The objective is to identify potential vendors, particularly small businesses, capable of providing these licenses for five government computers, as part of an evaluation to determine the best acquisition strategy, whether through a noncompetitive acquisition from Actian Corporation or a competitive bidding process. Interested vendors are invited to submit a statement of interest by March 24, 2025, detailing their qualifications and capabilities, with the NAICS Code assigned as 513210 and a Small Business Size Standard of $47 million. For further inquiries, vendors can contact Chase Brasher at chase.w.brasher.civ@socom.mil.
    Austere Drivers Training
    Buyer not available
    The United States Army Special Operations Command (USASOC) is seeking small business sources to provide Austere Driver Training Services, specifically a comprehensive 5-day 4x4 Mobility Training Program for non-standard tactical vehicles. This initiative aims to enhance operational readiness and survival skills for personnel in simulated deployment-like terrains, emphasizing driving techniques, vehicle recovery, and field maintenance. The anticipated contract includes a 12-month base period followed by four additional 12-month ordering periods, with a total small business set-aside under NAICS code 611699, capped at a size standard of $16.5 million. Interested parties must submit their capabilities by March 14, 2025, and can direct inquiries to Mr. Brian Gilmore at brian.gilmore1@socom.mil or Mrs. Chu Yon Ku at chu.y.ku.civ@socom.mil.
    Small Unmanned Aircraft System Platform
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Small Unmanned Aircraft System (SUAS) platform through a presolicitation notice. The requirement includes three SUAS capable of emulating foreign adversary systems, with specific performance specifications such as a range of 1,550 miles, a speed of 120 mph, and a payload capacity of 100 pounds. This procurement is critical for enhancing the Air Force's capabilities in simulating adversarial UAS operations, and the government intends to negotiate a sole-source award with Sentry Operations, which meets all necessary specifications and security requirements. Interested parties may submit capability statements by March 27, 2025, with the anticipated award date on or before April 14, 2025; inquiries should be directed to Brooke McDonald at brooke.mcdonald@us.af.mil.