Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2018 FBO #6075
SOURCES SOUGHT

59 -- RFI - Near Eye Display & Optics of the Future

Notice Date
7/10/2018
 
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-G016
 
Archive Date
8/25/2018
 
Point of Contact
Tony D. Adams, Phone: 703-704-0849, Danny W. Lester, Phone: 703-704-0818
 
E-Mail Address
tony.d.adams10.civ@mail.mil, danny.w.lester.civ@mail.mil
(tony.d.adams10.civ@mail.mil, danny.w.lester.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DEPARTMENT OF THE ARMY RESEARCH, DEVELOPMENT, & ENGINEERING COMMAND COMMUNICATIONS-ELECTRONICS RESEARCH DEVELOPMENT AND ENGINEERING CENTER, NIGHT VISION AND ELECTRONIC SENSORS DIRECTORATE, SCIENCE AND TECHNOLOGY DIVISION (STD) 10221 BURBECK ROAD FORT BELVOIR, VIRGINIA 22060 10 July 2018 RE: W909MY-18-R-G016 Request for Information Announcement - Near Eye Display & Optics of the Future THIS IS NOT A SOLICITATION: No award will be made as a result of this request. This RFI NOTICE is for informational purposes only. The Government is not obligated to make an award as a result of this request. 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 response preparation expenses and is in no way obligated by the information and/or materials received in response to this RFI Announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. The information presented through this request will be discussed and assessed by U.S. Army Research, Development and Engineering Command (RDECOM) Communications-Electronics Research, Development and Engineering Center (CERDEC) Night Vision and Electronic Sensors Directorate (NVESD) and other government agencies. All proprietary or competition sensitive information should be clearly marked for proper protection. The information provided may be used by the Army in developing a future Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). BACKGROUND: Since the inception of night vision goggles, NVESD has been a leader in developing and fielding head/helmet mounted display technologies for U.S. Army applications and is currently conducting market research and trade studies of low power, low weight/center of gravity, high optical performance head mounted ocular and display components in support of NVESD and Project Manager, Soldier Sensors and Lasers (PM-SSL) augmented reality head mounted imaging system efforts. DESCRIPTION: NVESD is seeking input from industry for innovative augmented reality system head/helmet mounted display solutions that will significantly reduce weight and power requirements while maintaining or exceeding existing night vision imaging system optical performance. This RFI will specifically address the system display output components: the display and eyepiece (or its functional equivalents such as a scanner/waveguide pair). Individual display or optical component technology solutions must demonstrate viable solutions for any required counterpart component (i.e. if an innovative display technology is offered, the display solution offered must also clearly identify any parallel optical component development required such that an affordable and manufacturable optics design solution can also be achieved). PURPOSE: The purpose of this RFI is to identify potential sources who can augment the reality head/helmet mounted display/optics by providing the core components that will demonstrate enhanced Soldier survivability and lethality by integrating mobility sensor imagery, targeting imagery, geolocation information, situational awareness and mission command information under all visual environmental conditions. REQUIREMENTS: Augmented reality display/optic component/system designs must meet the Threshold (T) specifications to be considered a technically acceptable solution. Objective (O) specifications are the desired performance parameter goals. Light security of both the see-through channel and the display channel is required across the visible through near infra-red wave bands (400 nm ≤ VISNIR ≤ 1100 nm). Optical design solutions shall not impair the characteristics of the see-through optical path (see MIL-DTL-43511 for guidance). Although no specific threshold or objective specifications related to compatibility with personal protective equipment are included in this RFI (such as protective eyewear and NBC masks), technology solutions shall either accommodate existing U.S. Army protective equipment or demonstrate how the proposed solution will supplant such protective equipment. The design solution must address any optical performance degradation that will occur when interfacing with such protective gear that nominally requires an eyepiece exit pupil of 14mm diameter at 25 mm eye relief. Of the specifications listed below, contrast and resolution are considered to be the most important given a minimum 45 degree diagonal field of view (FOV) requirement. Note that all specification values refer to monocular (single channel) configurations. If biocular or binocular systems are offered, the requirement threshold/objective values figures will apply to each channel separately unless otherwise specified. • Ocular field of view (FOV): ≥ 38 x 24 degrees (T); ≥ 45 x 45 degrees (O) • Ocular transmittance (see through optical path): TBD (Offeror specified design trade) (T) o Note: If ocular see through transmittance will be variable, provide: Minimum transmittance: TBD (Offeror specified design trade) (T) Maximum transmittance: TBD (Offeror specified design trade) (T) Spectral pass band: TBD (Offeror specified design trade) (T) Response time for state switching (transmittance: minimum to maximum transition as well as maximum to minimum transition_: ≤ 2 s (T); ≤ 100 ms (O) • Ocular transmittance (display optical path): TBD (Offeror specified design trade) (T) • Display/ocular assembly mounted mass per channel: ≤ 250 g (T) • Display power per channel (at max luminance with 50% pixels driven): ≤ 1W (T): ≤.5W (O) • Display/ocular assembly angular resolution: o ≤ 1.3 arcminute/pixel (T), 1.1 arcminute/pixel (O) • Display addressable gray/color level format: ≥ 24 bit RGB (T) • Contrast [(Target+Background)/Background]: 1.2:1 against ambient scene illuminated by 10K foot candle (T) • Display gray shades - video (night): 32 gray shades (no ambient) (T) • Display luminance (as measured at the eye) maximum (Night): ≤ 4.2 fL (for 255/255/255 RBG White) • Frame rate: ≥ 60Hz (hertz) (T), ≥ 120Hz (hertz) (O) • Light security w/r external observer: No detectable visible emission from the packaged display/optic at a distance of 10m (T) • Cost per component (quantities of 1000): ≤$2,500 (T); ≤$1,000 (O) DEFINITIONS: Contrast (C): ratio of the target of interest (target) plus the ambient background (background) divided by the background or C=(T+B)/B. In the case of no ambient illumination, this reduces to the display white level (W) divided by the display black level (B) or C=W/B. Display optical path: optical path from the electro-optic image generator (display), through the ocular, and to the eye. Display/ocular assembly: the monocular channel assembly consisting of the display appropriately coupled/mounted to the viewing optic. Eye relief: The distance from the vertex of the last optical element of the eyepiece (or the farthest flange projection of the lens housing, whichever is longer) to the corneal vertex of the eye (distance measured along the eye/system optical axis). Exit pupil: The diameter of the virtual image of the image source for a pupil forming system, or its defined equivalent for non-pupil forming optics such as simple magnifiers or waveguides. See-through optical path: optical path from external environment (real world) objects to the eye. INFORMATION REQUESTED: Sources able to provide the requested information are invited to submit a white paper limited to 10 pages. All below submissions should be presented on 8.5 x 11 inch paper, and use 12 point Times New roman font minimum. Additional materials can be placed in an appendix with no page limit. The white paper should be organized as listed below, and include the following information: A. Cover letter providing: 1. Company Information a) Company name b) Date of Incorporation c) Number of years in business d) Number of employees e) Primarily location(s) where work would be performed f) Mailing Address g) Company Website 2. Company Point of Contact a) Name b) Title c) Mailing Address d) Email Address e) Phone Number 3. 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/. • Large Business Concern • Small Business (SB) Concern • 8(a) • Small Disadvantaged Business (SDB) • Woman-Owned Small Business • Historically Underutilized Business Zone (HUB Zone) • Veteran-Owned Small Business • Service-Disabled Veteran-Owned Small Business 4. Cage Code and Data Universal Numbering System (DUNS) Number. 5. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 3, then is your company interested in a prime contract for the above requirement? If you are a SB answer questions 6. All others skip to Question #7. 6. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS 333314? a) As a SB prime if your company is awarded a contract, will you be able to perform at least 50% (percent) of the work? b) As a small business, can you go without a payment for 90 days? 7. Does your firm possess Defense Contract Audit Agency (DCAA) approved accounting system? 8. 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. Please provide details, if appropriate, regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. 10. Has your company performed this type of effort or similar type of effort (to include size and complexity) in the past for another government agency or other non-government customer? If so, please provide up to five efforts: contract number, point of contact, e-mail address, phone number, and a brief description of your support of the effort. 11. What are the core competencies of your employees that would support the development of this technology? Also, provide the total number of individuals currently employed by your company that are capable of supporting this effort. 12. Please provide a rough order of magnitude (ROM) cost and timeframe needed for completion of the effort. (This is not a RFP or RFQ; information is intended to be used for government planning purposes). NVESD requests a rough order of magnitude estimate of costs and any assumptions involved in the assessment assuming an 18 to 24 month effort resulting in the delivery of six demonstrator prototype displays/optics (including any required drive electronics & software). Disclosure of functional principles of all relevant component technologies will be necessary to make a realistic Government assessment of the proffered technology. This should minimally include: • key enabling technologies, • areas of high risk, and • a realistic timeline to completion. B. Technical Approach Narrative (maximum 10 pages) The white paper should include a description of your company's approach to meeting the technological goals listed above. The approach should, as a minimum, address the specific manufacturing process improvement tasks listed in this RFI, but may, at your discretion, list additional steps you deem necessary to accomplish the goals. The narrative should discuss a typical manufacturing work procedure for augmented reality compatible display/optic components, outlining specific tasks with associated costs, labor time, which would serve as a baseline in determining if the designs meet the threshold specifications to be considered, and are a technically acceptable solution. As well as the objective specifications desired to meet performance parameter goals. Submitting Responses to this RFI Note that RFI respondents must designate a single point of contact for receipt of all information pursuant to this RFI. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Response to this notice should be received no later than 10 August 2018 3:00 PM EST. Respondents are requested to submit one electronic copy of the responses to the technical Point of Contact (POC), and one copy to both Contracting POCs. At a minimum, include "RFI Number W909MY-18-R-G016" FIRST in the subject line. All requests for further information must be in writing or via email; telephonic requests for additional information will not be honored. Note that foreign participation is excluded. Technical POC: Mr. Charles Bradford, NVESD Email: charles.e.bradford22.civ@mail.mil Contracting POC: Danny Lester, Contracting Officer Contracting Officer, Belvoir Division Army Contracting Command - Aberdeen Proving Ground 10205 Burbeck Road, Bldg 362, Fort Belvoir, VA 22060 Email: danny.w.lester.civ@mail.mil - and - Tony D. Adams, Contract Specialist Same address Information as Above Email: tony.d.adams10.civ@mail.mil QUESTIONS TO THIS ANNOUNCEMENT: All questions pertaining to this announcement are due, in written form to the Contracting Office, no later than 27 July 2018 by 3:00 PM EST. The Government gives no guarantee of timely response, but will answer on a best-effort basis. Therefore, the Government recommends that offerors submit questions early in the process so the Government is not delayed in receiving responses. Offerors should clearly mark any questions or material related to communications regarding this RFI notice as proprietary, if content warrants such a claim. Use the following format for your question submittals: 1. E-mail subject line should read "Near Eye Display - Optics of the Future_RFI" 2. Submit questions in an organized manner directly in the e-mail text. Label each question with a general subject matter reference. 3. Keep questions brief and to the point. Submit all questions by the deadline. Questions arriving late will not be accepted. SMALL BUSINESS QUESTIONS: 1. Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 333314 - Optical Instrument and Lens Manufacturing Category. For more information, refer to http://www.sba.gov/content/tablesmall-business-size-standards 2. 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. 3. 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. 4. Under the current small business size standard, do you anticipate your company remaining a small business under the stated NAICS code 333314 - Optical Instrument and Lens Manufacturing? 5. If you identify your company as a small business or any of the small business subcategories above, is your company interested in being a prime on any potential future efforts? 6. If you are a small business and plan to be a prime for any future requirements, please provide information to show how you will meet the Limitations on Subcontracting clause, FAR 52.219-14. 7. If you are a small business, can your company sustain operations if not paid for 90 calendar days? 8. Provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the Government requirements. Vendors 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. DATA RIGHTS: The Government desires that data be received with unlimited rights. However, the Government recognizes 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. RFI DOCUMENT/TECHNICAL ENGINEER POC: Charles Bradford Imaging Technology Branch S & T Division NVESD Work Telephone # (703)-704-1317
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/55358b7ca9b362312bae60d9507d977b)
 
Place of Performance
Address: US Army Night Vision Electronic Sensors Directorate (NVESD). Street Address: 5961 Putnam Rd. Building 335. Fort Belvoir. VA. United States. 22060, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN04985062-W 20180712/180710231110-55358b7ca9b362312bae60d9507d977b (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.