Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SOURCES SOUGHT

99 -- Common Robotic System, Heavy (CRS-H) - CRS-H Market Survey Questionnaire

Notice Date
6/13/2017
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-17-R-CRSH
 
Point of Contact
Kyle Papke, Phone: 5862823759, Jennifer L. Jusela, Phone: 586-282-8235
 
E-Mail Address
kyle.y.papke.civ@mail.mil, jennifer.l.jusela.civ@mail.mil
(kyle.y.papke.civ@mail.mil, jennifer.l.jusela.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is the CRS-H Market Survey Questionnaire required for interested vendors to fill out. Enclosed/attached is the U.S. Army Market Survey Questionnaire related to potential new procurement of the Common Robotic System, Heavy (CRS-H). The paragraphs below contain additional information regarding the questionnaire and its subject. If you need further communications with the Army concerning this questionnaire, you may contact Mark Mazzara from Project Manager, Force Projection (PM FP) at mark.a.mazzara.civ@mail.mil. We thank you in advance for your time and participation in this Market Survey Questionnaire. Background: In order to inform the refinement of the draft Capabilities Production Document (CPD) for the CRS-H, and to inform the parallel development of an acquisition strategy, cost estimate, cost benefit analysis, technical risk assessment, and performance specification, PM FP seeks to characterize the state of the market for heavy Explosive Ordnance Disposal (EOD) robots. While a full set of requirements is not yet available (as it is partially dependent on the information obtained from this market survey), the CRS-H is intended to provide enhanced protection to the EOD Soldier by providing a standoff capability to identify, render safe and dispose of explosive ordnance and improvised explosive devices in support of the range of Military Operations and Homeland Defense operations. The system is envisioned to provide significantly enhanced capabilities over fielded heavy EOD systems in terms of visual capability, camera views, manipulator effectiveness, dexterity, arm extension and lift capacity, mobility, modularity, cybersecurity, and reliability. The system is envisioned to utilize the Robotics & Autonomous Systems, Ground (RAS-G) Interoperability Profiles (IOPs) via a forthcoming CRS-H IOP Instantiation Document in order to enable payload interoperability with other programs and the anticipated Enhanced Robotics Payloads (ERP) program and to enable interoperability with the Universal Controller program, which is expected to support IOP interfaces and Multi-Operator Control Unit MOCU 4.0 architecture. I. Objectives a. This Questionnaire supports Market Research that will be conducted by the U.S. Army to better understand the availability and capabilities of Original Equipment Manufacturers (OEMs) or other qualified equipment sources to provide Army heavy robotic Explosive Ordnance Disposal (EOD) equipment. The information gathered by the Army through this questionnaire, along with other market investigation data, is solely intended for use by the U.S. Army and will not be shared amongst competing companies. For instructions and more information regarding proprietary information, please refer to Section IV of this document. Participation in this Market Survey Questionnaire by the various contractors is considered low risk to the commercial companies, as responses will be treated per Section IV as Proprietary. b. Participation in this Market Survey Questionnaire provides an important opportunity to influence the solicitation provision and contract clauses, budget requests, and a full range of other elements that supports the acquisition strategy for the Army procurement programs. The U.S. Army will not provide compensation for any resources spent answering this QUESTIONNAIRE and participation is at the discretion of the equipment manufacturer respondent(s). II. Instructions a. Read the capability summary for this effort in Section III of this QUESTIONNAIRE. Responses to this survey should be provided within 21 calendar days of posting. b. Answer all of the questions in the QUESTIONNAIRE as concisely as possible. Due to the magnitude of questions being answered, it is imperative that only what is asked in the questions is part of you answer, please see letter (d) below for submission of additional information. If certain U.S. Army capabilities shown in this QUESTIONNAIRE are deemed not available, or not achievable according to the respondent's company knowledge, please include a concise alternate proposal(s) which would be intended to provide the intent of the capability described therein. It is the U.S. Army's desire to avoid "not applicable" (N/A) type answers. c. Please provide the projected development resources such as cost and timing to support the survey's objectives. This information is essential in understanding the scope of the project and it is understood by the U.S. Army that this information is strictly a rough estimate. The respondent's company is not contractually obligated to this information. Please avoid N/A, not applicable or blank information. The U.S. Army recognizes these are rough estimates and will use the information strictly as a means for gaining general knowledge. Please include development resource cost and timing estimates for all alternate proposals as well as the mainstream proposal. d. You may provide product brochures or other forms of information relevant to this QUESTIONNAIRE as is deemed appropriate within a separate attachment to your response, please entitle it "Additional Information". Additionally, it is encouraged to provide any additional information that enables the U.S. Army to gain insight into the company, product performance, reliability and warranty performance. III. Summary for the CRS-H Market Survey Questionnaire This questionnaire applies to the U.S. Army's emerging requirement for plans to procure a system that meets the operational requirements currently being refined by the TRADOC Capability Manager for EOD (TCM-EOD). The Army intends to develop a performance specification reflecting TCM-EOD's operational requirements and informed by the performance, cost, availability, and supportability of systems in the commercial market. In order to ensure the best value to the U.S. Army and taxpayers, we are surveying the market place to determine if a CRS-H could be procured competitively. IV. Proprietary GENERAL INFORMATION: The U.S. Government appreciates the time and effort taken to respond to this QUESTIONNAIRE. The U.S. Government acknowledges its obligations under 18 U.S.C. §1905 to protect information qualifying as "confidential" under this statute. (To avoid possible confusion with the meaning of the term "confidential" in the context of Classified Information," we will use the term "PROPRIETARY.") Pursuant to this statute, the Government is willing to accept any PROPRIETARY (e. g. trade secret) restrictions placed on qualifying data forwarded in response to the QUESTIONNAIRE and to protect it from unauthorized disclosure subject to the following: 1. Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) "PROPRIETARY" with an explanatory text so the U.S. Government is clearly notified of the data needing to be appropriately protected. 2. In marking such data, please take care to mark only those portions of the data or materials truly proprietary (over breadth in marking inappropriate data as "PROPRIETARY" may diminish or eliminate the usefulness of your response - see item 6 below). Use circling, underscoring, highlighting or other appropriate means to indicate the portion of a single page to be protected. 3. The U.S. Government is not obligated to protect unmarked data. Additionally, marked data which is already in the public domain or in possession of the U.S. Government or 3rd parties, or is afterward placed into public domain by the owner or another party through no fault of the U.S. Government will not be protected once it is in the public domain. Data which is already in the possession of the U.S. Government will be protected in accordance with the government's rights in the data. 4. Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the U.S. Government, shall contain the "PROPRIETARY" legend, with any explanatory text on both the cover of the transmittal email and at the beginning of the file itself. Where appropriate for only portions of an electronic file, use the restrictive legends "PROPRIETARY PORTION BEGINS:" and "PROPRIETARY PORTION ENDS." 5. In any reproductions of technical data or any portions thereof subject to asserted restrictions, the U.S. Government shall also reproduce the asserted restriction legend and any explanatory text. 6. The U.S. Government sometimes uses support contractors in evaluating responses. Consequently, responses which contain proprietary information may receive only limited or no consideration since the respondent's marking of the data as "PROPRIETARY" will preclude disclosure of same outside the U.S. Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. The U.S. Government will use its best efforts to evaluate those responses that contain proprietary information without using support contractors consistent with the resources available. 7. The U.S. Government will not publish the results of this QUESTIONNAIRE. Respondents WILL NOT be notified regarding information obtained related to this QUESTIONNAIRE. If and when a solicitation is issued, it will be posted on www.fedbizopps.gov. It is the respondent's responsibility to monitor these sites for the releases of any synopsis or solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d401f22f726ea52499a318555cd04059)
 
Record
SN04542899-W 20170615/170613235032-d401f22f726ea52499a318555cd04059 (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.