Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2014 FBO #4779
SOURCES SOUGHT

A -- Ground Combat Systems Component Demonstration

Notice Date
12/23/2014
 
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-GCSC
 
Response Due
1/30/2015
 
Archive Date
3/1/2015
 
Point of Contact
Hanh Dinh, 703-704-0856
 
E-Mail Address
ACC-APG - Washington
(hanh.t.dinh.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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 Ground Combat Systems Component Demonstration. 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: Task 1: System/Component Development & Demonstration. The contractor shall support Night Vision and Electronic Sensors Directorate (NVESD) in obtaining, investigating, developing, and demonstrating system and system components for ground based vehicle mounted or Soldier borne application. 1.1 Technology Focus: Areas of Interest Specific areas of interest include: - Day/Night Imaging of military targets (facilities, vehicles, and personnel) - Target Location (range, azimuth, and vertical angle) - Self Location under GPS challenged conditions - Integration of sensor systems/components with vehicle and Soldier platforms 1.2 Technology Maturity. Emphasis shall be placed on technical approaches that are assessed to be at TRL6 or higher. These mature approaches may be considered for tech insertion into a Program of Record (POR). The POR may be a research and Development (R&D) program or a potential Engineering Change Proposal (ECP) to a Product Manager (PM) production and/or sustainment program. Emerging technical approaches (TRL3 or higher) can be considered based on innovation and path to maturity. These efforts shall support the NVESD objective to develop technology in one or more of the areas of interest and should have the goal to advance the specific system/component capability to TRL6. 1.3 Technology Survey The contractor shall conduct a survey of relevant system and system component technology in order to identify one or more approaches for each specific area of interest as listed above. The contractor shall closely coordinate the survey with the Government and solicit guidance as required. The contractor shall consider the cost and schedule constraints specified for this task in conducting the survey. 1.4 Demonstration Support When required, the Contractor shall support demonstration activities, to include: Coordination of demonstration plans, schedules, and budgets Acquire and maintain the demonstration systems or components Acquire and maintain necessary support hardware/software equipment Provide informal operation instruction. Provide on-site field support to the demonstration Provide scientific and technical data collection Prepare the demonstration report 1.5 Demonstration Scope The capability demonstration shall consist of: Modeling and simulation based on reasonable assumptions Laboratory performance measurement and characterization Environmental testing as described in MILSTD810 Field relevant performance testing Operational suitability evaluation using realistic tactical scenarios Task 2: Research, Development, & Test Activities The contractor shall support the investigation, development, evaluation, testing, and analysis of electronic, optical, inertial, and communication systems and system components for manned/unmanned vehicle and soldier borne platforms. Activities shall include; obtaining samples of relevant hardware/software for evaluation and experimentation, laboratory and field test and analysis, warfighter suitability analysis, and overall system life cycle performance, cost, schedule, and sustainability prediction. The focus shall be on system and system components that are judged to have transition potential into programs of record. 2.1 Product Improvement The Contractor shall support incremental improvements or upgrades to fielded systems and/or off the shelf electronic, optical, inertial sensors and communications equipment for manned/unmanned vehicle platforms and soldier borne dismounted systems. Activities shall include proposed hardware/firmware/software changes, and the impact that these changes will have on overall system-level performance, sustainability, and life cycle cost when transitioned to Programs of Record (POR) such as: the Lightweight Laser Designator Rangefinder (LLDR), Laser Target Locator Module (LTLM), Common Laser Rangefinder (CLRF), Long Range Acquisition System (LRAS), Advanced Surveillance Scout System (LRAS3), for example. 2.2 Sustainment Activities The Contractor shall support incremental improvements or upgrades to previously-developed prototypes. Activities shall include analysis of evaluation results to identify equipment performance shortfalls or gaps, proposed hardware/firmware/software changes, and the impact that these changes will have on overall system-level performance. Modeling and simulation and system-level architectural and interoperability activities shall be used during this process. Task 3: Technical, Programmatic, & Administrative Support The contractor shall provide Technical, Programmatic, and Administrative support to NVESD and its customers. Specific support activities are described below. 3.1 Technical Support The contractor shall provide GCSD scientific and technical support to internal and external (customer) programs. This support shall consist of Subject Matter Experts (SME) in the fields of; Day/Night Imaging, Target Location, Self-Location in GPS challenged environments, Vehicle and Soldier Platform Integration, and general system engineering. Individuals providing this support shall be multi-disciplined and have a minimum of a Bachelor's degree in a specific relevant field of study. Support shall be on-site at NVESD or a customer resident at the customer's site (e.g. Fort Belvoir VA, Fort Sill, OK, Fort Benning, GA). 3.2 Programmatic Support GCSD provides project management support to PM customers. In addition to GCSD government personnel, on-site and off-site contractor support is required to meet customer program management support requirements and to provide expertise in specific functional areas including overall program management, program documentation, financial planning and reports in, cost analysis, configuration management, quality assurance, test and evaluation, logistics and production engineering, equipment training, equipment maintenance and sustainment. Contract support personnel shall assist the PM in executing the day-to-day tasks associated with a given project, as well as provide specific expertise as required. This support shall be provided to programs that are in the R&D, Production, and/or Sustainment phase of system acquisition. 3.3 Administrative Support The contractor shall provide office administrative support to GCSD and/or its customers. The support shall be on-site at NVESD (300 Area Compound) Fort Belvoir, VA. Administrative support personnel shall be skilled in military correspondence preparation, Microsoft office software suite, time and attendance reporting, telephone answering, document filing, and Defense Travel System (DTS) authorizations and voucher preparation/processing. In addition, the contractor shall provide event planning and execution support (on-site or off-site) to NVESD. The primary individual(s) providing the support shall be certified event planner(s). Event/meeting support tasks shall include; - Assist NVESD in the preparation of event approval documents - Prepare cost estimate - Obtain quotes from Venues - Establish a website for registration and general information - Prepare blast Email Call for Papers - Receive technical abstracts and presentations, and forwarding them to the NVESD technical lead for disposition - Notify selected presenters - Collect and account for all fees collected and funds expended - Provide 2 persons to man an administrative desk during the event - Coordinate with the venue - Post proceedings on the event Website for download - Assist NVESD in preparing an After Action Report 3.4 RDT&E Research, Development, & Test Activities The contractor shall provide administrative, program management and Subject Matter Expert (SME) personnel for onsite and/or offsite support to NVESD for the investigation, development, evaluation, testing, and analysis of electronic, optical, inertial, and communication systems and system components for manned/unmanned vehicle and soldier borne platforms. Activities shall include; obtaining samples of relevant hardware/software for evaluation and experimentation, laboratory and field test and analysis, warfighter suitability analysis, and overall system life cycle performance, cost, schedule, and sustainability prediction. The focus shall be on system and system components that are judged to have transition potential into programs of record. 3.5 OPA Production / Product Improvement The contractor shall provide administrative, program management and Subject Matter Expert (SME) personnel for onsite and/or offsite support to NVESD for the incremental improvements or upgrades to fielded systems and/or off the shelf electronic, optical, inertial sensors and communications equipment for manned/unmanned vehicle platforms and soldier borne dismounted systems. Activities shall include proposed hardware/firmware/software changes, and the impact that these changes will have on overall system-level performance, sustainability, and life cycle cost when transitioned to Programs of Record (POR) such as: the Lightweight Laser Designator Rangefinder (LLDR), Laser Target Locator Module (LTLM), Common Laser Rangefinder (CLRF), Long Range Acquisition System (LRAS), Advanced Surveillance Scout System (LRAS3), for example. 3.6 OMA Sustainment Activities The contractor shall provide administrative, program management, and Subject Matter Expert (SME) personnel for onsite and/or offsite support to NVESD for the incremental improvements or upgrades to previously-developed prototypes. Activities shall include analysis of evaluation results to identify equipment performance shortfalls or gaps, proposed hardware/firmware/software changes, and the impact that these changes will have on overall system-level performance. Modeling and simulation and system-level architectural and interoperability activities shall be used during this process. 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 1 thru 4 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 3. 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 for the attached PWS? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under 541712? If you are a SB answer questions 4A through4D. All others skip to Question #5. 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.If you are a small business and plan to be prime contractor on this effort please describe how you will meet the limitations on subcontracting Clause 52.219-14.? C.If you are 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? 5. Does your company possess the capabilities to provide the entire range of services called for in the attached PWS? If so, describe those capabilities. 6. 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. For the purposes of this effort, the Army sensor system should fall into one the relevant categories as follows: - Day/Night Imaging of military targets (facilities, vehicles, and personnel) - Target Location (range, azimuth, and vertical angle) - Self Location under GPS challenged conditions - Integration of sensor systems/components with vehicle and Soldier platforms 7. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 8. 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. 9. 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. 10. 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. 11. Do you have experience running Pre-deployment Training missions? Please cite examples. 12. Does your company have a TOP SECRET facility or access to one should it be required. 13. Do all the employees that would support this PWS have a SECRET Clearance? 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 January 2015 and should be submitted via email to Hanh Dinh at hanh.t.dinh.civ@mail.mil. Acknowledgement of receipt will be issued if requested. The subject of the email message shall be: W909MY-15- GCSC 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/0dbf732c1e6cb227653613c05c6024c2)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03604116-W 20141225/141223235221-0dbf732c1e6cb227653613c05c6024c2 (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.