Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2012 FBO #4009
SOURCES SOUGHT

58 -- Remote Visualization (RVIS)

Notice Date
11/13/2012
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - Washington, 10205 Burbeck Road, Fort Belvoir, Virginia, 22060-5863, United States
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY13RD003
 
Archive Date
12/25/2012
 
Point of Contact
Alison Landin,
 
E-Mail Address
alison.m.landin.civ@mail.mil
(alison.m.landin.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command - Aberdeen Proving Ground-Belvoir, and the Night Vision and Electronic Sensors Directorate (NVESD) are seeking qualified sources for the Joint Improvised Explosive Device (IED) Defeat Organization (JIEDDO) sponsored Remote Visualization (RVIS) rapid fielding initiative. The Army requires capabilities to support route clearance packages by transmitting ground penetrating radar (GPR) data from the Husky Mounted Detection System (HMDS) to follow-on vehicles to provide improved situational awareness and decrease the decision time to interpret ground penetrating radar (GPR) data on a graphical user interface (GUI). The U.S. Army is interested in sources that have potential to meet the following requirements: (1)Near real-time telemetry of the HMDS GRP data is required to allow the RVIS operator in a follow-on vehicle to view and manipulate the data on a GUI. The radio transmitting GPR data must have electromagnetic compatibility with electronic counter measures (ECM) while not degrading the performance of the HMDS. (2)A GUI is required to reduce the decision time for an operator to interpret ground penetrating radar data from the HMDS and detect an IED target. The GUI is required to allow 90% of operator decisions to be made in less than 20 seconds. The GUI is required to provide a three dimension visualization of the GPR data. (3)A marking capability on the HMDS is required to accurately and precisely mark the detected explosive hazards and trigger mechanisms detected by the GPR to minimize the area required to be interrogated by a digging arm on a following vehicle (digging arm is not part of this survey). This capability is required to have manual marking of the road surface with a miss distance from the mark to the actual target not to exceed + or - 0.3 meters along-track and + or -.2 meters across-track. The marking capability should be a minimum of 2.6 meters in width. Additionally, the Army requires the following: (1)Outside Continental United States (OCONUS) Support Services: Field Service Representatives (FSRs) and trainers are required to support the currently fielded systems in Operation Enduring Freedom (OEF). (2)CONUS Support Activities: The fabrication of spare parts, training support, field service representatives (FSRs), and testing is required to support the currently fielded CONUS and OCONUS RVIS systems. (3)Systems: RVIS systems to support CONUS or OCONUS operations. Common Attributes: (1) The GUI, radio and marking capability are required to be installed on the HMDS. (2) The GUI and radio are required to be installed in the passenger compartment (multiple seating configurations) on the RG-31MK5E, Buffalo or Cougar Mine Resistant Ambush Protected (MRAP) platforms. The U.S. Army is interested in sources that have a mature, production ready capability to support the RVIS requirements. The purpose of this Sources Sought Announcement is to define the availability of vendors with mature capabilities supporting the CONUS and OCONUS activities described in the Survey. Please note THIS IS NOT a SOLICITATION. The U.S. Army is not obligated to make an award as a result of this request. This Sources Sought Announcement is for informational and planning purposes only and does NOT constitute an Invitation for Bid, a Request for Quotation (RFQ) or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the U.S. Army to issue a formal solicitation or ultimately award a contract. The information received in response to this Sources Sought Announcement is for informational planning purposes only and does not mandate or impose requirements. The U.S. Army is in no way liable to pay for or reimburse any company or entity that responds to this announcement. Submitting information for this announcement is voluntary, and participants will not be compensated. The lack of response will not exclude you from any future procurement that might occur. Your response to this Sources Sought Announcement does not constitute the start of negotiations. No solicitation document exists and formal solicitation may or may not be issued by the U.S. Army as a result of the responses to this Sources Sought Announcement. Vendors and interested parties are requested to submit a White Paper that describes the company's specific, mature technologies and devices to provide the Army any of the required capabilities described above. The White Papers should also discuss the company's development and production capabilities; details and unclassified results of IED specific testing and data telemetry testing conducted to date; company experience, personnel, and facilities; and other relevant capabilities. The White Paper shall be no more than 15 pages and be prepared in Microsoft Word, Times New Roman font, size 12 and ¾ - inch margins. Responses should also include a cover letter (not included in the page count) providing: 1. A point of contact for your Company which will include: the contact's name, address, website (if available), phone number, and email address. In addition, please provide a Cage Code and Duns Number. 2. Is your company currently providing similar products to a government agency or other non-government customer? If so, please identify the agency or non-government customer and current contractual actions. a. List past and current customers which you provide(d) similar products. b. Include the customers/company name and point of contact, phone number and email address where they can be contacted. 3. Please identify your company's small business size standard based on the applicable NAICS code of 334511. The Small Business Size Standard for this NAICS code is 750 employees. (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) For more information refer to: http://www.sba.gov/content/determining-size-standards. Additionally, responders should include direct answers to the following questions: a. Are you planning on being a Prime or a Subcontractor? If a Prime (continue to question b). b. If you are a small business and plan to be a prime, please inform how you will meet the limitations on subcontracting Clause 52.219-41. c. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? d. The Government understands that teaming is an intricate part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house? e. If you are a small business, can your company sustain if not paid for 90 calendar days? f. Do you currently have or can you acquire facilities to perform tasks prior to contract award or within 15 calendar days after contract award? The information received in response to this market survey is for informational purposes only. Respondents will not be notified of the results of the evaluation of the information provided. It is desirable that data be received with unlimited rights to the Government. However, if proprietary data is included please clearly mark such information. Responses are to be submitted electronically to the Contract Specialist, Alison Landin at alison.m.landin.civ@mail.mil before 9:00am (est) on 10 December 2012. The Government will consider all responses submitted on time. All requests for further information must be made in writing or via email; telephone requests for additional information will not be honored. The Government does not intend to publish the questions and comments received as a result of this announcement; however, the feedback received will be considered in finalizing the Government's requirements. PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e89a45cc6c4fcadfd84ce2db8368b5f6)
 
Record
SN02929246-W 20121115/121113234004-e89a45cc6c4fcadfd84ce2db8368b5f6 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.