SOURCES SOUGHT
A -- Sources Sought to Facilitate Maturation of Precision Azimuth & Vertical Angle Measurement (PAVAM) Technology for Inclusion in Man-Portable Far Target Locator (FTL) Production Programs in FY15
- Notice Date
- 11/30/2012
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY13RPAVM
- Response Due
- 12/12/2012
- Archive Date
- 1/29/2013
- Point of Contact
- Patricia Davis, 703-704-0820
- E-Mail Address
-
ACC-APG - Washington
(pat.davis@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command-Aberdeen Proving Grounds Belvoir division on behalf of the CERDEC Night Vision and Electronic Sensors Directorate (NVESD) is searching for additional sources to facilitate maturation of Precision Azimuth & Vertical Angle Measurement (PAVAM) technology for inclusion in man-portable Far Target Locator (FTL) production programs in FY15. Specific PAVAM technologies of interest are limited to: - Hemispherical Resonating Gyroscopes (HRG) - Magneto Hydro-Dynamic (MHD) sensors - Fiber Optic Gyroscopes (FOG) - Ring Laser Gyroscope (RLG) - High Accuracy Micro Elecro-Mechanical Systems (MEMS) arrays The Army is specifically looking for sources that are using the above technologies and have a technical demonstration unit. The PAVAM demonstration unit MUST: - Be capable of meeting the requirements specified in the attached PAVAM Market Investigation Technical Description. - Be capable of both North-finding and North-keeping. Specific performance objectives are provided in the PAVAM Technical Description (attached). - Be assessed at a Technology Readiness Level (TRL) 5 or higher. - Function both in a laboratory and field environment without requiring the use of external support equipment and/or data processing. - Be assessed as low risk for low rate production in FY15. Please ensure that your response demonstrates the ability of your company to meet the following schedule: - Award anticipated in Feb / Mar 2013 - Prototype delivery beginning 12-15 months after award - Quantity to be delivered 5-10 depending upon availability of funds - Total period of performance is 24 months including test and demonstration support - Deliveries representative of production systems and assembled in a production-like environment (Higher than TRL-7 and MRL-6). - Interface compliant with PAVAM Interface Control Document (ICD) currently in development. RFI Submission Interested parties who have the ability to immediately satisfy the above requirements to support the described PAVAM requirements should provide their information by close of business on 12 December 2012 to Mr. Eric Pratt via email eric.w.pratt.civ@mail.mil with a carbon copy to Ms. Patricia Davis via email jean.p.davis2.civ@mail.mil. The subject line for the email submission should read: quote mark RFI: PAVAM Technology Maturation - YOUR COMPANY NAME quote mark. The submission is limited to 20 pages in length and shall include the following: A. Cover letter (not included in the page count) providing: 1. A point of contact information to include: company name, contact name, company address, website (if available), contact phone number, and contact email address. 2. Statement as to whether or not your company is considered a small or large business. Please also indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. The small business size standard is 750 employees for the North American Industry Classification System (NAICS) Code 571412. 3. Cage Code and Duns Number. 4. Statement as to whether or not your company is considered a small or large business. If your company is a small business, please indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. 5. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 4, then is your company interested in a prime contract for the above requirement? 6. Does your company possess the capabilities to provide the technology set forth above, Yes or No? 7. If you answered YES to Question # 6, please provide specific capabilities and examples for how your company can provide this technology. 8. If you answered NO to Question # 6, please list what services in the PWS your company can provide? Please provide specific capabilities and examples. 9. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the PWS. 10. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 11. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. 12. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), email address, phone number, and a brief description of your direct support of the effort? 13. What are the core competencies of your employees that would support the development of this technology? Also, provide the total number of individuals currently employed by your company that are capable of supporting this effort. 14. Do all the employees have a SECRET Clearance? 15. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 16. If you are a small business how do you select your partners and/or subcontractors? (It is not necessary to disclose team members at this time. Simply describe your selection process and criteria.) B. Technical Approach Narrative (maximum 20 pages) The submission should also include a complete description of your technology and technology demonstrator, including pictures. The submission should also include analysis of how the demonstrator addresses the performance objectives outlined in the attached PAVAM Technical Description. Furthermore, the narrative should provide information to substantiate the approach's Technology Readiness Level (TRL). Finally, the response must address the ability of your approach to meet the above specified schedule. C. Substantiating Technical Data The submission should provide any available independent test results (not part of the 20 page limit) that substantiate the performance capabilities of your technology demonstrator. If You Have Questions: Questions of a technical nature should be addressed to Mr. William Thodos, NVESD, at william.t.thodos.civ@mail.mil and Mr. Gene Klager, NVESD, at gene.a.klager.civ@mail.mil. Questions of a contractual nature should be address to Ms. Patricia Davis, Contracting Officer, Army Contracting Command - Aberdeen Proving Grounds Belvoir Division at jean.p.davis2.civ@mail.mil. Data Rights: It is desirable that data be received with unlimited rights to the Government. However, it is recognized that proprietary data may be included with the information provided. If so, it is the responsibility of the interested party submitting data to clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. No Classified data shall be provided via email. Disclaimer: This request for information is for planning purposes only; this is not a request for quotations or proposals. No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/844f79fe3ff290874daa02372ab05795)
- Place of Performance
- Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Record
- SN02940736-W 20121202/121130234924-844f79fe3ff290874daa02372ab05795 (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 |