MODIFICATION
99 -- ENHANCED NIGHT VISION SYSTEM - Amendment 1
- Notice Date
- 1/30/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WG, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- ENVS_2014
- Archive Date
- 3/1/2014
- Point of Contact
- James L. Paxton, Phone: 9376568142
- E-Mail Address
-
james.paxton@us.af.mil
(james.paxton@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ENVS Updated RFI/Sources Sought BATTLEFIELD AIRMEN PROGRAM OFFICE ENHANCED NIGHT VISION SYSTEM (ENVS) SOURCES SOUGHT 1. The Air Force Life Cycle Management Center (AFLCMC) Battlefield Airmen Branch (WISN), Wright-Patterson AFB OH, is soliciting information to identify possible sources to provide information on production-ready Enhanced Night Vision Systems (ENVS). This RFI/Sources Sought is issued for informational purposes and market research only, and does not constitute a solicitation or commitment of the government to award a contract now or in the future. Information received as a result of this notice will be considered solely for the purpose of determining the appropriate acquisition decision for the procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this notice, is solely within the discretion of the Air Force. Submitting information in response to this posting is voluntary and participants will not be compensated for preparation costs. 2. The requirement is for a non-developmental (in production) fused night vision goggle. 3. The key system requirements for this Sources Sought are as follows: a. ENVS must be a non-developmental (in-production) goggle that provides binocular, fused vision. The primary viewing capability will utilize image intensifier tubes (NVIS), with the secondary capability provided by a thermal sensor. Rationale: Guardian Angel rescue forces will use the device extensively for search and rescue missions, as well as threat awareness. A thermal sensor also provides vision during periods of little to no moon illumination and provides other operational improvements over NVIS alone. b. ENVS must mount to ground helmets using the same mounting systems as current Night Vision Goggles (NVGs). c. Weight: Total ENVS weight should not exceed 32 oz. d. Power: i. ENVS shall use a battery that is readily available within Department of Defense supply chains or is readily available from commercial sources. ii. ENVS shall be able to utilize power from a body-worn power system. iii. ENVS shall operate without external power (battery pack only) for at least 6 hours. 4. Interested parties can submit a capabilities package, which should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements and describe how the proposed systems can meet or exceed the above mentioned key requirements. Ensure responses are structured and clearly labeled in the same order as outlined in the above mentioned key requirements. Responses should include a picture and part number of a production system. 5. Utilizing the size status for NAICS code 334220, size standard 750 employees, firms responding to this announcement should indicate whether they are an other than small business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). Additionally, all prospective contractors must register in the System for Award Management (SAM) database to be awarded a DoD contract. 6. This notice is part of government market research, a continuous process for obtaining the latest information on the "art of the possible" and associated material procurement and approach risks from industry with respect to their current and near-term abilities. The information collected may be used by the Government to explore future strategies and implementation for the ENVS. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. A key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. 7. Respondents capable of responding to only a portion of the total requirement of capability/components stated herein should respond, stating which portions they are capable of and how those portions would be integrated into the total requirement, as applicable. 8. Note that if this effort is not set-aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization requirements as a percentage of total contract value. Please provide supporting rationale for the recommended percentage. 9. Information received as a result of this request will be considered as sensitive and will be protected as such. Any company proprietary information contained in the response should be clearly marked as such, by paragraph, such that ‘publicly-releasable' and ‘proprietary' information are clearly distinguished. Any material that is not marked proprietary will be considered publicly-releasable. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. The Government will not use proprietary information submitted from any one firm to establish the capability and requirements for any future systems acquisition, so as to not inadvertently restrict competition. 10. When submitting a response, please be aware that the Air Force workforce is supplemented by contracted support personnel. Any proprietary data submitted may be handled by contract support services personnel who have signed the same Non-Disclosure Agreement (NDA) as organic AF personnel. 11. Responses are limited to 8 pages and should include technical and descriptive text to provide sufficient detail. The submitted documentation becomes the property of the U.S. Government and will not be returned. 12. Broad industry participation for this Sources Sought is encouraged. U.S. and non-U.S. firms are permitted to respond to this ENVS System Sources Sought. Responses to questions from interested parties will be promptly answered and posted on Fed Biz Ops (FBO), unless some release of proprietary information is involved or the answer addresses a question peculiar to a Company or that Company's response. Post submittal one-on-one information sessions with respondents are not contemplated. 13. This notice may be updated as additional information becomes available. Please check the FBO site for updates to this announcement and register to receive e-mail notices of any updates to the FBO announcement. For more information on this RFI/Sources Sought, please contact the AF POCs below. E-mail communications are preferred. Also, there is an option to be shown as an "Interested Vendor" on the posting. 14. Interested parties submissions are requested by COB 14 Feb 2014 and may be submitted via e-mail or by mailing your response to: AFLCMC/WISK Attn: Amanda L. Morris 1895 5th St (Bldg 46) Wright-Patterson AFB, OH 45433-7233 Contracting Officer: Amanda.morris.8@us.af.mil Personnel hand-carrying responses should contact the Contracting Officer to arrange a mutually acceptable arrival time. E-mail communication is preferred. Contractual: Amanda L. Morris, Contracting Officer, (937) 656-814, Amanda.morris.8@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/ENVS_2014/listing.html)
- Record
- SN03277908-W 20140201/140130235037-ae95b528456021a6283f8cd363cf8a71 (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 |