MODIFICATION
58 -- Request for Information (RFI) for Driver Visual Enhancer-Forward Activity Detection System (DVE-FADS). This modification to the RFI is for an extension of the response date to 20 December 2007.
- Notice Date
- 12/17/2007
- Notice Type
- Modification
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W1P57T08RS371
- Response Due
- 12/20/2007
- Archive Date
- 2/18/2008
- Point of Contact
- Robert Catania, 732-532-8364
- E-Mail Address
-
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(robert.catania@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The government has an urgent requirement and is considering a procurement of 500 Driver Visual Enhancer Forward Activity Detection System ( DVE-FADS) systems, described in RFI Solicitation Number W15P7T08RS369, posted December 4, 2007 and Amendment to RFI Solicitation Number W15P7T-07-R-S216, posted November 21, 2007. This request for information is for planning purposes only and shall not be considered as an invitation for bid (IFB), request for quotation (RFQ), request for proposal (RFP), o r as an obligation on the part of the Government to acquire any products or services. Your response to this request for information (RFI) will be t reated as information only. No entitlement to payment of direct or indirect costs or charges by the Governme nt will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request doe s not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its a cquisition strategy and statement of work/statement of objectives and performance specifications. Interested part ies are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government do es not intend to pay for the information submitted in response to this RFI. Scope: The Government i s conducting market research to determine the status of currently available products and technologies capable of providing enhanced visual recog nition capabilities for operators of combat vehicles at a low unit price. The Government is primarily intereste d in products with technologically mature sensor systems. Responses should address industrys ability to commence high rate monthly production wi thin 6 weeks from contract award leading to delivery and platform installation of 500 systems no later than th e end of 2QCY08. Interested sources are requested to provide complete descriptions of existing products or those that will be available for delivery within the timeframe indicated above. Industry responses must include sufficient documentation to su pport any claims that their system performance will meet the minimum performance capabilities contained herein. Such documentation may include sy stem technical specifications, product brochures and related literature, performance test data, system drawing s and/or photographs, or any other data to support the state of system development and or production readiness. Additionally, industry responses are to specifically include an outline of supply chain considerations with emphasis on any known long lead item s that may adversely impact high rate production in an accelerated environment. Any limitations to ramping up to high rate monthly production an d system integration considerations must be addressed along with proposed resolutions to potential production i mpediments. Industry responses should also submit their projected monthly production capabilities to include critical subcontractor and vendor p roduction capacity along with estimated unit prices for delivery of 500 items. Interested parties shall furnish the government a White Paper describing: 1. Corporate capabilities, past and current relevant performance information, available facilities and assets. 2. Technical and management approach for executing an FADS program as describe above an into in clude a detailed design; procurement of subsys tems and components and the integration of sensor components; rigorous contractor test and integration data; supporting technical documentation; and, operational and sustainment considerations. 3. A cost estim ate on a Rough Order of Magnitude (ROM) to m eet or exceed the notional requirements outlined above. 4. A supporting program schedule that represents a low risk approach to meeting the objectives outlined above. 5. An assessment of the associated risks for this program and respective risk mitigatio n approaches. 6. Name, telephone number, fax number, street address and e-mail address for program, technical and co st points of contact information. The Government may afford interested parties an opportunity to discuss the contents of their White Papers during an industry one-on-one session where it is envisioned the parties will engage in an active information exchan ge dialogue to aid in the governments feasibility assessment. Responses to this RFI are due by 5:00 pm on 20 December 2007. Technical questions and industry responses are to be sent via email to Patrick Schertler at patrick.schertler@conus.army.mi l. All material submitted in response to this RFI must be unclassified. The DVE-FADS performance specification is posted on th e IBOP and can be located at https://abop.monmouth.army.mil/ under the solicitation folder W15P7T-08-R-S371. <B R> Points of Contact Major Patrick Schertler, 703-704-1232 Robert Catania, 732-532-8364 Email your questions to US Army C-E LCMC Acquisition Center - DAAB07 at patrick.schertler@conus.army.mil or robert.catania@us.army.mil Place of Perfo rmance Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ Postal Code: 07703-5008 Country: US
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN01471257-W 20071219/071217223952 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |