Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 16, 2014 FBO #4436
SOURCES SOUGHT

66 -- Engineering, Technical, Scientific, Program Support; Business, Analytical, Acquisition, Logistics, and Administration; Program Integration Support and Risk Management; Custom Computer Programming Services; Computer System Design

Notice Date
1/14/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-SS
 
Response Due
1/31/2014
 
Archive Date
3/15/2014
 
Point of Contact
Jerry McVeigh, 301-394-1615
 
E-Mail Address
ACC-APG - Adelphi
(gerard.k.mcveigh.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT to conduct market research in order to determine if a Small Business Set-Aside Contract is suitable for the U.S. Army Research Laboratory (ARL) Sensor and Electron Device Directorate (SEDD). Responses and sources sought are limited to small businesses. Please note that that this special notice is for market research purposes ONLY. This is not a request for proposal, but a survey to locate potential sources for planning purposes. No further information is available from the Contracts Division. This synopsis/Sources Sought/RFI does not constitute an Invitation for Bids, Request for Proposals, nor a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited. The Government is not responsible for any costs incurred in preparing or furnishing this information. All information received in response to this notice that is marked quote mark Proprietary quote mark will be handled accordingly. Responses shall not include any classified material. Responses received to this notice will not be returned. No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding in any way upon the Government. Availability of any future formal solicitation will be announced under a separate Federal Business Opportunities announcement. ARL plans to award one or more Indefinite Delivery Indefinite Quantity (IDIQ) services contracts. The primary goal of this acquisition is to establish IDIQ Contract vehicle(s) to provide the design, development, fabrication and documentation of complex embedded hardware and software systems. Small Businesses under this contract must support efforts under NAICS Code 541330. The determination of acquisition strategy for this acquisition lies solely with the government. Under the support and guidance of ARL contracting officers, SEDD service requirements will be awarded as task orders under a Performance Work Statement (PWS) under NAICS 541330 the following principal service categories: Engineering, Technical, Scientific, and Program Support; Business and Analytical; Acquisition, Logistics, and Administration; Program Integration Support and Risk Management; Custom Computer Programming Services; Computer System Design; and Other Acquisition Requirements. Planned task orders under this IDIQ will most likely be awarded as cost reimbursable type contracts supporting material and product research, development, test, production, sustainment, logistics, training, and disposition. Key Technical Service Requirements All Contractor employees directly supporting tasks shall possess a minimum of a Secret clearance. The support services for this effort will primarily include (but not be limited to): A)Custom Geographic Information System (GIS) Application Development The contractor shall develop Windows and Android based GIS applications which integrate, store, edit, analyze, and display geographically-referenced information in a client/server, web-based or stand-alone environment. B) Image and Digital Signal Processing Algorithm Development The contractor shall develop signal processing algorithms for image, audio, communications, and array signal processing applications. The contractor shall develop mathematical models for algorithms and implement in a high level language such as MATAB. The contractor shall test and validate performance against specified requirements and supplied data. As required the contractor shall convert to fixed-point implementation in C/C++ code or VHDL for targeting on fixed-point Digital Signal Processors or Field Programmable Gate arrays. C) Custom Digital, Analog and Embedded Microcontroller System Development The contractor shall design and develop Supervisory Control and Data Acquisition (SCADA) Systems. The contractor shall provide end-to-end electronic product development from product concept, requirement analysis, product design through full implementation and testing, to manufacturing hand-off. The contractor shall have experience developing complex, low power, remote, world-wide, wireless and internet based SCADA systems. D) Custom High Speed Digital and Image Signal Processing System Development The contractor shall design and develop custom DSP boards with bus speeds in excess of 100 Megahertz (MHz). The contractor shall develop these boards to support the implementation of high frame rate image processing algorithms in real-time. E) Field Programmable Gate Array (FPGA) Development The contractor shall design FPGA systems to support hardware interfaces, perform signal processing tasks, and implement System-On-Chip solutions. The contractor shall be responsible for system architecture, test bench, debug and verification phases of the development cycle. The contractor shall be capable of coding in VHDL on Xilinx, Altera and Microsemmi devices. F) Real-Time Embedded Software Development The contractor shall provide full life cycle of software system development; software requirements management, functional specifications, software design, software construction, data conversion, interfaces, integration, software testing/QA, implementation, training, documentation, and maintenance including version control, support, and issue tracking. The contractor shall develop software implementing: device drivers, boot loaders, board support packages, digital and image signal processing as required. G) Printed Circuit Board Design and Fabrication The contractor shall design rigid, flex circuit and flex cable printed circuit boards. The contractor shall use high density interconnects including blind and buried vias, microvias, fine pitch devices as required. The contractor shall perform PCB simulation for signal integrity analysis as required. The contractor shall oversee the production, assembly and qualification of PCB hardware. H) Electromechanical Assembly Design and Fabrication The contractor shall design custom electro-mechanical assemblies. The contractor shall design and assemble mechanical enclosures, wiring harnesses, RF-cables, and battery packs. The contractor shall oversee the production, assembly and qualification of final hardware. The contactor shall perform functional and environmental tests as required. Respondent Requirements The Government is requesting all interested and qualified small business firms respond to this Sources Sought notice with the following information: 1) Company name and Point of Contact, to include address, fax number, email and website. 2) A list of similar contracts your firm currently holds or has completed within the last three (3) years. The list of relevant contracts should only include issuing office, contract number, brief description/title of requirement, estimated yearly value and performance period. 3) The small business should list their membership in Professional Certifications and Associations when responding to this sources sought announcement. 4) DUNS number and CAGE code. 5) The following questions should be answered accordingly in your submitted response: a)If a different NAICS code appears more appropriate for this action, please provide the suggested code with an explanation as to why it is more appropriate. Note, your organization does not currently need to be registered under the NAICS to provide capabilities information in response to this RFI/sources sought announcement. b)Indicate which of the Technical Services (a-h) your company is capable of supporting. c)For each Technical Service identified in Question b), provide a brief overview relative to your company's qualifications and experience. d)For each Technical Service identified in Question b), provide a brief description of your company's personnel that would meet the requirements identified for the respective Technical Service. e)FAR Clause 52.219-14 -- Limitations on Subcontracting will be included in any resulting contract. Responses should include information regarding how this clause will be complied with during performance. f)Upon any eventual release of a Request for Proposals, is your organization's intent to submit a proposal as Prime Contractor for this effort, or as a Subcontractor? g) Recent Defense Contract Audit Agency (DCAA) and/or Defense Contract Management Agency (DCMA) audit reports (to include accounting system reviews) if applicable h)Reponses must include contractor's security clearance level. Please note that this is not a Request for Proposal and the Government is seeking information for market research purposes only. The Government may or may not issue advertisements for the above services. For Questions, please contact Gerard.k.mcveigh.civ@mail.mil. Responses are due not later than (NLT), Friday, Jan 31, 2014 at noon, EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0473daceb477f77480ba9bbe5204b048)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN03267883-W 20140116/140114234813-0473daceb477f77480ba9bbe5204b048 (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.