MODIFICATION
A -- LOW PROFILE AND LIGHTWEIGHT SENSORS
- Notice Date
- 5/28/2014
- Notice Type
- Modification/Amendment
- 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
- W909MY14QLPLS
- Response Due
- 5/30/2014
- Archive Date
- 7/27/2014
- Point of Contact
- MICHELLE HODGES, 703-704-0846
- E-Mail Address
-
ACC-APG - Washington
(michelle.l.hodges10.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- ** This amendment corrects the subject to Low Profile and Lightweight Sensors in the first paragraph below. ** The US Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Belvoir Division is seeking sources on behalf of the Communications-Electronics, Research, Development and Engineering Center (CERDEC), Night Vision and Electronic Sensors Directorate (NVESD) for Low Profile and Lightweight Sensors. The intent of this market research is to determine the level of interest among qualified potential sources in providing research and development that is multi-faceted. The acquisition may be set-aside for small business. The government is seeking additional information from small businesses to aid in the acquisition strategy for this requirement. Small Businesses interested in this opportunity may decide to partner/team with other businesses in order to meet the requirements of the acquisition. This is a Request for Information (RFI) only. Respondents are asked to provide their technical capability information (aka Statement of Capabilities) required to perform the following Sample Tasks. Sample Tasks: 1.Analysis of electro-optical vision systems and component performance characteristics: The contractor shall conduct performance modeling and analysis of low profile displays and light weight sensors components. 1.1 Modification of vision system design and modeling tools: The contractor shall develop, refine and optimize optical system design software, illumination software, CAD software, and image processing software as needed in order to provide the capability to perform system level optimizations based on component parameters with size and weight being minimum addressable optimization outputs. 1.2 Performance modeling of electro-optical components: The contractor shall perform feasibility analysis based on known or predicted component characteristics and parameters. Development of any software or hardware required to perform this modeling shall be performed under this task. Performance models may address, and not necessarily limited to components utilizing the following technologies: plasmonic/ nano-photonic optics, deformable optics, switchable Bragg diffraction gratings, and waveguide optical components, plastic and gradient index optical materials, solid state emissive active matrix displays, scanning fiber displays, scanning fiber sensors, low noise/low dark current visible/NIR imaging array sensors and low power dedicated image processing hardware/software. 1.3 Simulation of electro-optical components: The contractor shall develop and utilize software and/or hardware to perform operational simulations of the base components individually and interacting with other components. Simulation of resulting imagery as well as performance parameters such as FOV, resolution, frame rate, latency, distortion, size, weight, and other key performance aspects dependent on the reconfigurable electro-optical component is required. Component simulations may include, and not necessarily limited to components utilizing the following technologies: plasmonic/ nano-photonic optics, deformable optics, switchable Bragg diffraction gratings, and waveguide optical components, plastic and gradient index optical materials, solid state emissive active matrix displays, scanning fiber displays, scanning fiber sensors, low noise/low dark current visible/NIR imaging array sensors and low power dedicated image processing hardware/software. 2.Design of electro-optical vision components and subcomponents: The contractor shall provide optical design, opto-mechanical, and/or optical analysis of low profile displays and light weight sensors components for soldier vision and imaging. 2.1 Software design: The contractor shall provide embedded and/or free standing software code design and associated documentations suitable for government review for implementing control, automation and data processing related to the low profile displays and light weight sensors components. 2.2 Hardware design: The contractor shall provide hardware design for optical components, mechanical mounting, test fixturing, and component mechanical interfaces with mechanical and fabrication documentation suitable for government review and ready for fabrication. 2.3 Digital and Analog Electronics design: The contractor shall provide digital and analog electronics design for power, data handling, control and external interface operation of low profile display and light weight sensor components that may include but not necessarily be limited to display interface electronics, sensor interface electronics & reconfigurable optics control and sensing. Design includes circuit board layout, selection of discreet and integrated circuit components with documentation suitable for government review and fabrication. 3. Fabrication of electro-optical vision components and subcomponents: The contractor shall fabricate individual optical and electro-optical components and assemblies. The contractor shall also provide the capability to integrate the optical components into individual display systems and sensor systems. 3.1 Software coding: The contractor shall provide software coding support to fully realize the software design effort of 2.1. The completed software code shall be delivered fully executable within the intended host environment which may include but not be limited to PC, Android, Apple OS, and FPGA. 3.2 Electro-optical device fabrication: The contractor shall fabricate electro-optical devices for low profile displays and light weight sensors consistent with the design efforts of 2.2 and 2.3. Fabricated components include feasibility prototypes suitable for laboratory environment, demonstration hardware suitable for integration into operational systems and ruggedized form factors suitable for end user evaluations in a realistic environment for battlefield operations. 3.3 Electro-optical system integration: The contractor shall provide component integration of display, sensor, optics, electronics and software fabricated individually in 3.1 and 3.2 into fully operating display and sensor systems to be used in technology demonstrations within the confines of operation of a laboratory to simulated battlefield environments. 4 Test and characterization of electro-optical vision assemblies, components and subcomponents: The contractor shall support and/or provide test and characterization of the performance of individually designed and fabricated electro-optical components for low profile displays and light weight sensors. The contractor shall assess the performance capabilities of fabricated components, individually and integrated, and provide the documentation of test and characterization results which include but not necessarily limited to the comparison with the modeled performance parameters outlined in sample task 1. 4.1 The contractor shall develop and provide the government with the necessary test equipment in order verify and demonstrate the performance capabilities of fabricated components, individually and integrated, and provide the documentation of test and characterization results which include but not necessarily limited to the comparison with the modeled performance parameters outlined in sample task 1. 5 Programmatic Support: The contractor shall prepare documentation to support the management and technical programmatic aspects of development and test programs. These include technical briefings, technical summary reports, milestone schedules and periodic technical reports as required by the contract. 6 Facilities and Maintenance Support: The contractor shall provide facilities and maintenance support as well as stocking, restocking and management of engineering parts and materials used to develop, fabricate or modify prototype equipment and systems. These items shall be provided on an as-needed basis. 6.1 The contractor shall support, renovate/upgrade and maintain test and laboratory facilities, equipment and materials used to evaluate night vision systems and associated equipment. 6.2 The contractor shall coordinate the procurement, stocking and restocking of engineering parts and materials by routine Government process as required to develop, fabricate, maintain or modify components, assemblies and system prototypes. 6.3 The contractor shall procure and maintain a supply of electronic parts, spares and assemblies that are needed to immediate notice to maintain operational continuity of facilities hardware and associated laboratory and test equipment. 6.4 The contractor shall procure all hardware and software that is required to be delivered to the government as required on individual tasks. The contractor shall submit request for approval from the COR for any hardware of software materials needed to execute the tasks assigned under this effort. Statements should address the specific requirements of this notice and identify the respondent's specific capability to complete these requirements, including, but not limited to a description of corporate experience with similar projects and information on applicable industry certifications at the individual and organizational level as well as describing investments in quality/process improvement activities. Do not submit a proposal or quote. Please provide responses if you can support some or the entire requirement, highlighting the specific areas. Responses should follow this format and be submitted electronically as one complete document not to exceed ten (10) pages. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. PLEASE NOTE THAT IF A QUESTION BELOW OR A REQUIREMENT IN THE SAMPLE TASKS IS NOT ADDRESSED THAT EXPLAINS YOUR COMPANY'S SPECIFIC CAPABILITY THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. NOTE: Responses to Small Business Questions, 3A thru 3D are in addition to the above stated ten (10) page limitation. All responses should include the company name, CAGE code, point of contact; Papers shall also include 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541712. The Small Business Size Standard for this NAICS code is 500 employees. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business NOTE: QUESTIONS 3A thru 3D ONLY APPLY TO SMALL BUSINESS RESPONDENTS. 3. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under 541712? If you are a SB answer questions 3A through 3D. A.If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question #2, then is your company interested in a prime contract? B.Describe as a small business prime contractor on this effort how you will meet the limitations on subcontracting, Clause 52.219-14.? C.As a small business, can you go without a payment for 90 days? D.Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 4. Have you ever placed employees in theatre? If so, please explain your experience with placing employees in theatre through the Army SPOT process. 5. Does your company have the ability to provide in theatre to support this effort within one month of award of this contract? If so, describe your process to ramp on the additional people to meet the effort. 6. Does your company possess the capabilities to provide the entire range of services called for in the attached PWS? If so, describe those capabilities. 7. If successful, please cite examples where you engineered a prototype of an Army sensor system, constructed and tested it and eventually provided the required oversight, as well as systems engineering, logistical and sustainment support for the sensor system. 8. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 9. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the PWS. 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. 10. Is your company currently providing similar items 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, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar items commercially. 11. What are the core competencies of your employees that would support the requirements of the PWS? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements in the PWS. 12. Does your company have experience in providing Field Service Representatives for Army Base Defense equipment in theatre? Please cite examples. 13. Do you have experience running Pre-deployment Training missions? Please cite examples. 14. Does your company have a TOP SECRET facility or access to one should it be required. 15. Do all the employees that would support this PWS have a SECRET Clearance? 16. Has your company any experience researching, developing, and testing of innovative sensors to include EO/IR sensors and novel mine/IED detection and neutralization technologies? Please list examples of or show experience continuing the maturation process for already developed, Government owned, innovative sensors and novel mine/IED detection and neutralization technologies. Through the results of the market survey, the Government hopes to gain a better understanding of the capabilities of small businesses companies as potential sources relative to the NAICS 541712. To make an appropriate acquisition decision for this effort, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. The projected period of performance of this effort will be twelve (12) months from date of award with a twelve (12) month option. This is scheduled to be issued as a Cost Plus Fixed Fee contract. This is NOT a request for proposal. The replies to this market research will be used to assess whether or not competition among small businesses is viable for this effort. This Request for Information (RFI) is for informational purposes only. It is not a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings of this RFI. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. The ideas presented in the white paper will be discussed and assessed by U.S. Army RDECOM CERDEC Night Vision and Electronic Sensors Directorate (NVESD). Response to this Sources Sought should be received no later than 5pm Eastern Time 30 May 2014 and should be submitted via email to Michelle Hodges at michelle.l.hodges10.civ@mail.mil. Acknowledgement of receipt will be issued if requested. The subject of the email message shall be: W909MY-14-Q-LPLS RFI - Your Company's Name. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0a545537b89bb7db4425c674cda922ee)
- Place of Performance
- Address: NVESD Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN03378257-W 20140530/140528235329-0a545537b89bb7db4425c674cda922ee (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 |