Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2014 FBO #4717
SOURCES SOUGHT

A -- Request for Information for Handheld Standoff Mine Detection System (HSTAMDS)

Notice Date
10/22/2014
 
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
W909MY-15-HUMMINE
 
Response Due
11/12/2014
 
Archive Date
12/21/2014
 
Point of Contact
Undra Robinson, 703-806-0813
 
E-Mail Address
ACC-APG - Washington
(undra.n.robinson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION: No award will be made as a result of this request. This Request for Information (RFI) is for informational purposes only; this is not a Request for Proposals (RFP), or Request for Quotations (RFQ). No solicitation document exists and 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 and is in no way obligated by the information received. The information provided may be used by the Army in developing a future acquisition strategy, Performance Work Statement (PWS), Statement of Objectives (SOO) and/or Performance Based Specification(s). Interested parties are responsible for appropriately marking proprietary or competition sensitive information contained in their response. NOTE: The use of RFI Number W909MY-15-HUMMINE is for tracking purposes only. The US Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division (ACC-APG-Belvoir) is conducting Market Research on behalf of the US Army Research, Development and Engineering Command, Communications and Electronics Research, Development and Engineering Center (CERDEC), Night Vision and Electronic Sensors Directorate (NVESD), Countermine Division, Humanitarian Demining Team in accordance with Federal Acquisition (FAR) Part 10. The Humanitarian Demining Team is seeking experienced, qualified sources to conduct research and development of mine detection algorithm for Handheld Standoff Mine Detection System (HSTAMDS) and its variants and provide technical support including hardware/software repair, maintenance and field support for all Humanitarian Demining (HD) HSTAMIDS units in deployment. The research will involve design and engineering of software modifications for the current and/or new HD HSTAMIDS and their variants to optimize current algorithms to include, but not be limited to, A-Priori information including country specifics and threat specifics. The purpose of this market research is to identify potential sources that have previously developed, and have significant experience working with, the hardware and software of the HSTAMIDS and its variants. Subject sources shall have inherent knowledge and expertise to design and to further improve the current capabilities of the systems. Sources responding to this request for information must provide the following information: 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 business size standard based on the primary North American Industrial Classification System (NAICS) code of 541712. For more information, refer to http://www.sba.gov/content/table-smallbusiness-size-standards: - Large Business Concern - 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 3. Brief summary of the company, of no more than 3 paragraphs. 4. 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), e-mail address, phone number, and a brief description of your direct support of the effort. 5. Narrative description of knowledge and experiences in designing and developing hardware and software of the HSTAMIDS system and its variants; 6. Report of data to include verified probability of detection (Pd) and False Alarm Rate (FAR) from an official U.S. Government Test and Evaluation (not included in the page count); 7. Product literature; 8. Proof of claims of experience and familiarity with the HSTAMIDS design and hardware/software improvement product components; 9. Past experience or information supporting any claims of having conducted research and development of HSTAMDS and its variants 10. Does your company have a SECRET facility clearance or have access to one should it be required? Questions 11-15 are for Small Business only; all others please skip to question 16. 11. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary stated NAICS code 541712? 12. If you identify your company as a Small Business or any of the SB subcategories above, specify if your company interested in a prime contract? 13. If you are a small business and plan to be prime contractor on this effort please inform how you will meet the limitations on subcontracting Clause 52.219-14. 14. Can you go without a payment for 90 days? 15. Does your company have experience as a prime contractor administering Contracts? If you answered yes, please provide as much of the following information as possible; Contract number(s); Dollar value; and similarity of scope and effort. Have you experience as a prime producing commercial items that may be of similar scope, complexity and nature. 16. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 17. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. 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. 18. What are the core competencies of your employees that would support these requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 19. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 20. Respondents must also include information regarding 1) customary practices (including warranties, discounts, etc.), and under which commercial sales of the products are made, and 2) requirements of any laws and regulations unique to the item being acquired. No further information or documentation will be provided. The Government requests that interested sources submit an electronic response of not more than ten (10) pages, 8.5 quote mark paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Responses to Small Business Questions 9 through 22 are in addition to the above stated ten (10) page limitation. Responses must include the company name, CAGE code, point of contact, and address. All interested Companies or organizations are encouraged to respond to the RFI by providing the information within 21 days from the issuance of this RFI. Proprietary information submitted in response to this RFI announcement MUST be marked accordingly and will be protected by the Government. Respondents are requested to submit one (1) electronic copy of the responses to Humanitarian Demining Team POC, Peter Ngan, at peter.ngan.civ@mail.mil, and one (1) copy to Contract Specialist, Undra Robinson, at undra.n.robinson.civ@mail.mil. Include RFI number W909MY-15- HUMMINE in the subject line. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored. You may request additional information from the Contract Specialist, Undra Robinson, at undra.n.robinson.civ@mail.mil and Contracting Officer, Erin Stevens.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1916647ef044d1dda16365438fa770e2)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03555799-W 20141024/141022234204-1916647ef044d1dda16365438fa770e2 (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.