SOURCES SOUGHT
A -- Display Technologies for g-DVE Systems for Military Vehicles
- Notice Date
- 3/19/2018
- Notice Type
- Sources Sought
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 10205 Burbeck Road, Building 362, Fort Belvoir, Virginia, 22060-5863, United States
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY-18-R-C008
- Archive Date
- 5/21/2018
- Point of Contact
- Christian Digbeu, Phone: 7047030816, Sabin A. Joseph, Phone: 7037040822
- E-Mail Address
-
christian.y.digbeu.civ@mail.mil, sabin.a.joseph.civ@mail.mil
(christian.y.digbeu.civ@mail.mil, sabin.a.joseph.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 an Invitation for Bid (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document exists and a 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 preparation expenses in response to this RFI and is in no way obligated by the information received. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The information provided may be used by the Army in developing a future acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. NOTE: The use of RFI Number W909MY-18-R-C008 is for tracking purposes only. RFI objectives : - Determine effective commercially available and/or prototyping display technologies that support general requirements for driving military vehicles. - Must meet minimum specifications of current Driver's Vision Enhancer and future high-definition driving sensor capabilities and applications. Background Description : The U.S. Army Contracting Command-Aberdeen Proving Grounds Belvoir division, on behalf of the Communications-Electronics Research, Development and Engineering Center (CERDEC) Night Vision and Electronic Sensors Directorate (NVESD), is requesting information on interested and capable sources for potential award(s) of a contract or contracts related to affordable and mature technologies suitable for displaying high definition video to be used for driving. The desired product must be able to be fully integrated into military vehicles (High Mobility Multipurpose Wheeled Vehicle, Bradley, Abrams, Stryker, MRAP, etc.) while observing their specific space and operational requirements. Long Wave Infrared (LWIR) sensors play a critical role in the movement of units in the military and have become an integral part of the Warfighter's current vehicle capabilities. LWIR sensors allow Warfighters to continue their mission, with minimized loss of efficiency; however, these sensors require a means for displaying the information if their output is intended to be consumed by a human. The challenge resides in finding a display solution to match the capabilities of current sensors, while remaining affordable and mechanically compatible with existing vehicle platforms. The Army is migrating to larger format, smaller pixel pitch Focal Plane Arrays (FPAs) for increased situational awareness and operational performance. The current Driver's Vision Enhancer (DVE) has a 640 × 480 pixel display format, much lower than the pixel count of state-of-the-art LWIR cameras (up to 1920 × 1200), and, therefore, is unable to take advantage of the full capability of the sensors. Although the private sector has had large success in the advancement of display technology, the advances have not transitioned to the warfighter and their systems. There is currently a large capability gap for display technology that needs to be addressed if the warfighter is expected to maintain technological superiority over our adversaries. The objective of this RFI is to identify an affordable and compliant solution Size, Weight, Power and Cost (SWAP-c) to the display challenge. Display technologies evaluated from this effort should be applicable to both current and future indirect vision High Definition (HD) sensor systems developed. Requirements : The major factors in this display requirement are determining an affordable solution that matches the capabilities of the current and future fielded LWIR HD sensors, while remaining within the spatial constraints of major military vehicles. The overall display proposed should be technically mature and be able to achieve an affordable cost point in limited production quantities. Industry may propose a currently available solution as well as a research or prototype unit, if applicable. In response to this RFI, submissions: - Should satisfy most requirements, defined below, while balancing against size restrictions and cost. - Should strive to achieve a minimally distracting display while outputting full resolution at unity magnification. - Are encouraged to provide currently successfully applied display technologies applications to show maturation capabilities and transferability. - May also include, but are not limited to, flat panel displays, flexible displays, virtual/augmented reality options, holographic display technologies, soldier borne, and other options of the like. Submissions will be considered and weighted on a performance vs. size vs. cost matrix. Sensor Oriented Requirements : Next generation LWIR cameras achieve a resolution of 1280 × 960, 1920 × 1200, and 2K × 2K. These sensor technologies have matured and are ready to be integrated and fielded on current military vehicles, however, they lack a sufficient solution for optimal display output. To meet this capability, the displays must be able to: - Achieve a resolution of 1280 × 960 (threshold), with an ideal of 1920 × 1200 or larger (objective). - Operate with a frame rate of 30Hz (threshold), and up to 60Hz (objective). - Output color imagery (Red Green Blue). - Provide an overall high quality and accurate representation of the sensor it is displaying. - Accept input in one or more of the following standard digital formats: DVI, HDMI, Display Port, GigE, Camera-Link. Ability to accept analog input is desired, but not required. Operational and Environmental Requirements : Regarding operational and environmental requirements, the proposed solution: - Must provide a clear and bright picture, viewable under all illuminating conditions and times of day and night, ideally without the need of a shade overlay. - Must have a brightness adjusting capability. - If flat panel, the display must be touchscreen with a bezel button option and have settings adjustments on the screen itself. It is also expected to be relatively thin and optionally achieve some form of stowage. - The display should be compatible with Image Intensifiers (or Night Vision Imaging Systems, (NVIS)) or have a path to compatibility, as well as an "instant dark" feature. RFI Submission Instructions: Interested parties who have the ability to immediately satisfy the above requirements should provide their electronic response by 20 April 2018 via e-mail to Christian Digbeu at the email address: christian.y.digbeu.civ@mail.mil with a carbon copy to Mr. Sabin Joseph via email at the email address: sabin.a.joseph.civ@mail.mil. The subject line for the email-submission should read the subject below: Subject : RFI: W909MY-18-R-C008 - g-DVE Display Technology - Your COMPANY NAME All information received in response to this RFI that is marked quote mark Proprietary quote mark will be handled accordingly. Responses will not be returned nor will receipt be confirmed. The response shall consist of two documents; Cover Letter and Technical Narrative. The document formats shall be: COVER LETTER: The response shall include a Cover Letter (3 page limit). The Cover Letter should briefly state the offeror's interest in the Optical Wind Sensor project and their technical capabilities. The cover letter shall also include the following information: Subject : g-DVE Display Technology Company name Date of incorporation Number of years in business Number of employees Mailing address Company Website address The singular point of contact for all information pursuant to this RFI. Phone Number Email address In addition to the body of the cover letter, respondents shall provide short concise answers to the following questions (not included in the 3 page limit). Questions : 1. Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 333314. For more information, refer to http://www.sba.gov/content/tablesmall-business-size-standards: Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business (WOSB) Historically Underutilized Business Zone (HUB Zone) Veteran-Owned Small Business (VOSB) Service-Disabled Veteran-Owned Small Business (SDVOSB) 2. Name/type of technology or model 3. Technology maturity: Existing technology or technology concept 4. Brief overview of company history, limited to 3 paragraphs 5. Does your firm possess Defense Contract Audit Agency (DCAA) approved accounting system? NOTE: Questions (6-10) are not restricted to a page limit and ONLY apply to SMALL BUSINESS RESPONDENTS. All others proceed to Question 11. 6. If you identify your company as a Small Business or any of the SB subcategories above, then is your company interested in a prime contract? If so, does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide? 7. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary stated NAICS code 333314? 8. 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? 9. If you are a small business, can you go without a payment for 90 days? 10. If you are a small business 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 (provide up to 5 efforts). 11. 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. 12. 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, (provide up to 5 efforts). Complete one table per project. Agency/Customer: Project Name: If you have experience as a prime contractor, please provide as much of the following information as possible: a. Contract number(s) b. Identify the agency or non-government customer, Point of Contact (POC), email 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. c. Aggregate dollar value of entire contract you were the prime. d. Is the work similar in scope to that of the above performance capabilities and attributes? e. Period of Performance (for base and options). f. Were you the Prime or Subcontractor? g. Brief description of Work Performed. h. Security Clearance Requirements (number of personnel and level of clearance and/or designation). Technical Narrative Instructions (maximum 15 pages) The Technical Narrative shall be submitted as two files. The content of each file shall be identical. The primary submission shall be MS Word*.docx format. A copy in Adobe *.PDF is also required. Page Size: 8.5 x 11.0 inches Margins: 1 inch all around Font: Arial or MS Sans Serif Font Size: 12 point The technical narrative submitted shall NOT exceed 15 pages. Test data, drawings, model outputs, etc. can be provided as attachments and will not be counted in the 15 page limit. Question and Answers Questions of a technical or contractual nature should be addressed to Mr. Sabin Joseph at sabin.a.joseph.civ@mail.mil and Mr. Christian Digbeu at christian.y.digbeu.civ@mail.mil. Data Rights It is desirable that data be received with unlimited rights to the Government. However, it is recognized that proprietary data may be included with the information provided. If so, it is the responsibility of the interested party submitting data to clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. No Classified data shall be provided via email. Disclaimer Any information submitted by respondents to this sources sought synopsis is voluntary. The Army does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment for any purpose. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a5ebdd825605deceb592ed88676e5a57)
- Place of Performance
- Address: ACC-APG (W909MY) Belvoir 10205 Burbeck Road, Suite 105, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN04859016-W 20180321/180319231107-a5ebdd825605deceb592ed88676e5a57 (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 |