Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2018 FBO #6127
SOURCES SOUGHT

25 -- Inertial Navigation Units (INU) for possible future acquisitions for the M7A2 Bradley Fire Support Team Vehicle (BFIST) Situational Awareness (SA) and the M7A3 BFIST - Performance Spec

Notice Date
8/31/2018
 
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
W56HZV18R0197
 
Point of Contact
Charles Goodine, Phone: 5862829189
 
E-Mail Address
charles.e.goodine2.civ@mail.mil
(charles.e.goodine2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: Sources Sought Notice Request: Inertial Navigation Units Sources Sought Notice This announcement will be used as a market research tool. The Government is in the position to research commercially available Inertial Navigation Units (INU) for possible future acquisitions for the M7A2 Bradley Fire Support Team Vehicle (BFIST) Situational Awareness (SA) and the M7A3 BFIST. The INUs shall be produced and meet the requirements of the "Performance Specification for the Inertial Navigation System (INS) for the A3 Bradley Fire Support Vehicle (A3 BFIST)", #19207-12471192 Revision A, dated 24 July 2017. A general description of the required item is as follows: The INU would function as an inertial reference system and land navigator for a variety of military systems in support of the Soldier. This inertial navigation platform would be required to interact with an array of previously established system components with no decrease in current operating capabilities. The potential systems range from basic personnel carriers to complex weapons and/or sensing platforms with a varying degree of sensitivity and accuracy requirements. A single INU design need not be able to perform with every system so multiple versions would be acceptable. Minor modifications for mission support would be also expected. No Government-owned interface control document (ICD) is currently available. Any information that is provided and/or potentially developed by any prospective supplier would remain proprietary unless/until rights are purchased by the Government. The system(s) shall be required to meet performance specifications, space constraints, environmental, functional, operational, functional and interface requirements of the platform's the INU supports without degrading individual system performance both on a stand-alone basis and in concert with other systems with which that system supports while the other systems may be utilizing other contractors units. The USG acknowledges its obligations under 18 U.S.C. § 1905: The Trade Secrets Act to protect confidential information provided to the USG. Pursuant to this statute, the USG is willing to accept proprietary restrictions placed upon data presented in response to this survey and to protect such information from unauthorized disclosure, subject to the following: • Data must be in writing and be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the USG is clearly notified regarding what data is proprietary. • Mark as proprietary only data that is truly confidential and to which there is a legal property right. • Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis. Do not mark data that is available to the USG or to the public without restriction from another source. • Do not submit any classified data in response to this market survey. • Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: "PROPRIETARY PORTION BEGINS" and "PROPRIETARY PORTION ENDS." The purpose of this notice is to identify and establish initial interest and points of contact from private industry. This information may be used to design acquisition strategy to include socioeconomic program support. It may also help to identify and establish commercial practices available to the Government. All responses to this notice should include the following: Company Name, Point of Contact, Address, Telephone and Fax Numbers, E-mail address, Brief Description of Company/Capabilities, Experience areas, Contract History, DUNS Number, CAGE Code and/or Tax ID Number, as well as Size Category (Large/Small Disadvantage, etc). Also provide any supporting information such as commercial literature, catalogues, manuals, etc. The requested date for receipt of responses to this announcement is no later than 14 Sep 2018. Upon receipt and analysis of information, potential vendors may be contacted for possible appointments for further discussion and exploration. The Government will not award a Contract from this announcement. This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation, nor is it a request seeking participants to be placed on a solicitation mailing list. Responses to these notices are not offers and the Government cannot accept the responses to form a binding contract. Response to this sources sought is voluntary and the Government will make no reimbursement for any costs associated with providing information in response to this sources sought and any follow-on information requests. The Government will not return any data submitted in response to this sources. The purpose of this notice is to identify and establish initial interest and points of contact from private industry. This information may be used to design acquisition strategy to include socioeconomic program support. It may also help to identify and establish commercial practices available to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8772ea37af9ebc602d7359e23ca920ee)
 
Record
SN05067233-W 20180902/180831231219-8772ea37af9ebc602d7359e23ca920ee (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.