SOURCES SOUGHT
A -- Countering Vehicle Borne Improvised Explosive Devices (CVIED)
- Notice Date
- 5/1/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- 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-C009
- Archive Date
- 7/5/2018
- 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 (RFI) For Countering Vehicle Borne Improvised Explosive Devices (CVIED) GENERAL INFORMATION Document Type: RFI Solicitation Number: W909MY-18-R-C009 Posted Date: 05/01/2018 Original Response Date: 05/30/2018 Current Response Date: 05/30/2018 Original Archive Date: 07/05/2018 Current Archive Date: 07/05/2018 Classification Code: 541330 Small Business Set Aside: N/A Description THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Army Single Face to Industry (ASFI). It is the responsibility of potential respondents to monitor FBO for additional information pertaining to this requirement. Responses are due by 1600 EST, 30 May 2018 and shall not to exceed 25 pages. Please submit all RFI responses to Christian Digbeu, Contract Specialist, christian.y.digbeu.civ@mail.mil and Sabin Joseph, Contracting Officer, sabin.a.joseph.civ@mail.mil. The subject line for the email submission shall read as follows: Subject : RFI: W909MY-18-R-C009- CVIED- "Company Name" The purpose of this RFI is to identify potential sources to provide Product Manager Force Protection Systems (PdM-FPS) mature, non-developmental capabilities (delivered within 12 months or less) to detect abnormal vehicle and personnel characteristics and chemicals, vapors and/or other components associated with Vehicle Borne Improvised Explosive Devices (VBIEDs) at a standoff distance. The proposed solution shall provide non-proprietary interoperability with currently fielded Force Protection Systems. Ideally, the technologies would be employed as mobile solutions or fixed sites capable of remote or standoff detection and capable of relaying detection data into Entry Control Points (ECPs), Base Defense Operations Centers (BDOCs), and Tactical Operation Center (TOCs) being used by the U.S. and our coalition partners. The Government is interested in responses for non-developmental products only. No Government development funding is available now or in the future, for any development based on existing product. Any such activity would need to be funded exclusively at private expense. Please ensure responses do not include any assumptions of Government development funding or activities that would be dependent on Government development funding of any kind. The Army Contracting Command, on behalf of PdM-FPS, is seeking the following information: • Potential respondents shall be able to answer the following questions regarding Home Made Explosives (HME): Do you have a technology/product that can detect HME/HME signatures? How does the technology/product detect HMEs/HME signatures? Which HME signatures can the technology/product detect? At what distance (both minimum and maximum) does the technology/product detect the HME? Of the HME signatures that your product detects, how does the technology/product detect and classify them? How does the technology/product differentiate between chemical precursors and HME signatures? Does your technology/product have the potential to be networked into the existing Force Protection environment? • Potential respondents shall be able to answer the following questions regarding Military Grade Explosives (MGEs): Do you have a technology/product that can detect MGEs/MGE signatures? How does the technology/product detect MGEs/MGE signatures? Which MGE signatures can the technology/product detect? At what distance (both minimum and maximum) does the technology/product detect MGE signatures? Of the MGE signatures that your product detects, how does the technology/product detect and classify them? How does the technology/product differentiate between chemical precursors and MGE signatures? Does your technology/product have the potential to be networked into the existing Force Protection environment? If technologies can be remote, what is the distance and means that it will operate remotely? • Potential respondents shall be able to answer the following questions regarding Vehicle Analytics: Identify suspicious characteristics of a target vehicle consistent with the concealment of contraband material that would warrant further investigation. Suspicious characteristics could include, but are not limited to, the following:  Excessive weight;  Off-centered loading;  Erratic maneuvering;  Uncharacteristic electronic devices;  Electronic emissions;  Uncharacteristic heat, density or other unlisted signatures;  Modifications from original equipment manufacturer design. • Potential respondents shall be able to answer the following questions regarding Biometrics: Identify wanted personnel or suspicious personal characteristics that would warrant further investigation. Characteristics could include, but are not limited to, the following:  Excessive weight;  Off-centered loading;  Erratic maneuvering;  Uncharacteristic electronic devices;  Electronic emissions;  Uncharacteristic heat, density or other unlisted signatures;  Modifications from original equipment manufacturer design. • Potential respondents shall describe how their proposed technology functions in regard to the following considerations: Environment: Austere day and night time operations in both normal and adverse weather conditions. Security: Must be able to operate within close proximity to Coalition Forces (CF) and Host Nations (HNs) without any compromise to sensitive technical information or classified data. Safety: All laser technology must be skin and eye safe where it poses a risk of direct exposure. • Does your technology support tracking of moving targets and, if yes, what is the range and speed? In addition, please 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 small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541330 - Professional, Scientific, and Technical Services - Engineering services. The Small Business Size Standard for this NAICS code is $15,000,000.00. For more information, please refer to http://www.sba.gov/content/table-small-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 (HUBZone) Veteran-Owned Small Business (VOSB) Service-Disabled Veteran-Owned Small Business (SDVOSB) 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 requirement? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541330 - Professional, Scientific, and Technical Services - Engineering services? NOTE: If you are a SB, answer questions 4A & B. All others skip to Question #5. A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B. If you are a small business, can you go without a payment for 90 days? 5. Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? 6. If you answered "yes" to Question # 5, please provide as much of the following information as possible; A. MAC contract number(s); B. aggregate dollar value of entire MAC contract; C. aggregate dollar value of task orders you prime on each MAC; D. number of task orders you prime on MAC; E. Is the work on each MAC similar in scope to that of this requirement? 7. If your company is a large business please explain how you will utilize small businesses in meeting these requirements. Please include a realistic goal for work as derived from this RFI and indicate whether having socio-economic subcategory goals e.g. SDB, WOSB, EDWOSB, VOSB, SDVOSB, HUBZone, etc. is feasible. If so, include those goals. 8. If you identify your company as a small business or any of the small business 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. 9. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 10. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy 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. 11. Is your company currently providing similar services (to include size and complexity) 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. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially, please provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 12. What are the core competencies of your employees that would support the needs of the requirement? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 13. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are "best" estimates only. The response date for this market research is 30 May 2018. No collect calls will be accepted. All responses to this RFI may be submitted via e-mail to Sabin Joseph, Contracting Officer, at sabin.a.joseph.civ@mail.mil and Christian Digbeu, Contract Specialist, at christian.y.digbeu.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6d45c9c14053d765c6b0c1c1fe21cac0)
- 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
- SN04906527-W 20180503/180501230837-6d45c9c14053d765c6b0c1c1fe21cac0 (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 |