Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2020 SAM #6750
SOURCES SOUGHT

99 -- Source Sought Notice (SSN) /Request for Information (RFI) for Tactical Aerostat Electro-Optic/Infrared/Laser Designator Payload

Notice Date
5/21/2020 10:00:35 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
SSN-TACTICAL_AEROSTAT_EOIR-LD_PAYLOAD
 
Response Due
6/20/2020 1:00:00 PM
 
Archive Date
06/21/2020
 
Point of Contact
Adam Terio, Technical Representative, Robert Lewis, Technical Representative
 
E-Mail Address
adam.a.terio.civ@mail.mil, robert.lewis716.civ@mail.mil
(adam.a.terio.civ@mail.mil, robert.lewis716.civ@mail.mil)
 
Description
Source Sought Notice (SSN) / Request for Information (RFI) �for Tactical Aerostat Electro-Optic/Infrared/Laser Designator Payload This SSN / RFI is for planning purposes for the Tactical Aerostat (TA) Electro-Optic/Infrared/Laser Designator (EO/IR/LD) Payload(s) and shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal or as an obligation on the part of the Government to acquire any products or services. The response to this RFI will be treated as information only. Responses to this RFI may be used to develop Government documentation. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. All business types that may respond to this request. This RFI is supported by Federal Acquisition Regulation (FAR) 15.200 and 15.201. An RFI may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery and other market information or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The Army, in developing its acquisition strategy, performance work statement, statement of objectives and/or performance-based specification(s), may use the information provided. Parties responding to this RFI are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Acknowledgement of receipt of submitted items will not be made nor will respondents be notified of the outcome of the information received. North American Industry Classification System (NAICS) Code 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing PROGRAM OBJECTIVE: The United States Army Contracting Command- Aberdeen Proving Ground (ACC-APG) is conducting market research on behalf of Product Manager Electro-Optic/Infrared (PdM EO/IR) Payloads to determine potential vendors in the market place with capabilities to deliver a production-ready Commercial Off-the-Shelf (COTS) or Non-Developmental Item (NDI) Electro-Optic/Infrared/Laser Designator (EO/IR/LD) Payload(s) for Tactical Aerostat (TA). The Government is interested in the procurement of an EO/IR/LD payload(s), sustainment support, and future upgrades/modification support. It is anticipated that the Government would award a contract in CY2021 to deliver and sustain up to twenty (20) fully qualified EO/IR/LD Payloads within 6-9 months after receipt of order. The results of this Market Research will be used to inform the final acquisition strategy which will then be provided to the Milestone Decision Authority for approval. All information in this announcement is preliminary and subject to change. The Government is interested in including provisions for upgrades or modifications to the Payload that capitalize on commercial technology improvements to address obsolescence over the life of the contract. Sustainment and fielding support to include repair parts, maintenance, special test equipment, Field Service Representatives (FSRs) for both Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS) locations, and training support will also be needed. The Government is also interested in any standard commercial or manufacturer warranties associated with the Payload, detailed technical descriptions/approaches, vendor facilities, manufacturing resources, contractual relationships, and other capabilities that may contribute to improved value to the Government (cost, schedule, and performance) in the production and sustainment of these payloads. Additionally, the Government is interested in obtaining Government Purpose License Rights to allow for sustainment support. Vendors that respond to this RFI will provide evidence that they can meet all or most of following performance parameters related to procurement, sustainment support, upgrade/modification, and future capabilities for the payloads. A. TACTICAL AEROSTAT PROFILE: Role: Multi-role; Primary role is Force Protection Ground tethered utilizing fiber optic with copper power in tether to supply power.� (Other options to include data via copper or RF). 1,000-2,000ft Above Ground Level (AGL) Max payload lift capacity: 80lIbs Remains aloft for up to 1 week Carries multiple payloads depending on mission requirements U.S. Soldier or Contractor Operated � B. EO/IR/LD PAYLOADS PERFORMANCE PARMETERS: � The Government is interested in a small and very small sized EO/IR/LD payload. These payloads could be used in combination with each other or with other non-EO/IR/LD sensors while operating from the TA. The payload (s) will be integrated onto the TA and should have all or some of the following characteristics (weight is the most critical parameter): � Very Small EO/IR/LD Payload: � Weight: 10-20lbs Slant Range: Shall be capable of detection and recognition of manned sized targets conducting activities such as setting up / breaking down indirect fire systems (mortars, rockets) at a slant range of 4km to 8km (or greater) during non-adverse day and night conditions. � Small EO/IR/LD Payload: � Weight: 20-40lbs Slant Range: Shall be capable of detection and recognition of manned sized targets conducting activities such as setting up / breaking down indirect fire systems (mortars, rockets) at a slant range of 6km to 10km (or greater) during non-adverse day and night conditions. � Other performance parameters that are of interest and applicable to both the small and very small EO/IR/LD Payload (In Order of Importance): � Production Delivery: No more than 6-9 months from contract award to provide up to 3 qualified EO/IR/LD Payloads Power: Power ? 28 volts direct current (VDC), 4 amps (A) (average), power ? 22A @ 2 milliseconds (mS) at peak, power ? 300 Watts (T) Video / Data Transmission: Any of the following: Via copper of fiber optic embedded in the tether, encrypted RF Signal, Tactical Common Data Link (TCDL) or equivalent. Workstation: Designed for a single user with video display or displays and intuitive EO/IR/LD payload controls compatible with Military Night Vision Technology. Intuitive design meaning that the average user can focus on a task at hand without stopping to acquire external instructions, i.e. user manual, training, etc. to accomplish their basic mission goals. Architecture that supports integration with Common Operating Picture (COP) / Command and Control (C2) software, Interface Control Document (ICD) must be available to a 3rd party in order to integration purposes. Precision stabilized gimbal with integrated inertial measurement unit (IMU) Embedded Global Positioning Systems (GPS) Target Location Error (TLE) <=30 meters to a 90% confidence Infrared Laser Target Marker Coded Laser Designator (CLD) capable of North Atlantic Treaty Organization (NATO) standard Pulse Rate Frequency (PRF) laser codes. Fusion: Real time or near real-time blending of Day/Night outputs into a single output highlighting salient image features from each band resulting in greater resolution and range during twilight conditions. Auto Video Tracker (AVT): AVT function that can acquire dismounted man and vehicle sized targets in its Field of View (FOV) and discriminate single targets within a close group. Slew-to-Cue (STC): EO/IR/LD payload accepts another sensor�s (Radar, SIGINT, Etc.) target location data and/or auto positions the EO/IR/LD sensor to user inputted pre-programmed Points of Interest (POI) or areas of interest (Watch Box). Payload to platform interface that allows users to swap out payload in less than 15 minutes. Automated Aided Target Detection/Recognition/Identification (AiTD/R/I): Onboard Automated AiTD/R/I software to automatically detect prescribed targets in imagery. AiTD/R/I to be applied to cluttered environments to discriminate among human and vehicle targets diverse physical characteristics and behaviors/activities of interest to reduce the cognitive burden of the user. Motion Imagery Standards Board (MISB) Minimum Metadata Set Compliant and STANAG 4586 � Standard Interfaces of UAV Control Systems (UCS) for NATO UAV Interoperability. Remote Control / Manned Unmanned Teaming (MUM-T): Transmission Control Protocol/Internet Protocol (TCP/IP) to allow for remote control of payload. Large video storage capacity (30 days (24hr/day)) of stored video). Storage would be ground based in the Ground Control Work Station and support easy search and retrieval of archived data clips.� Architecture or growth path that enables the Embedded GPS to ether support or be future upgradable to anti-jamming and anti-spoofing capabilities (M-code). Laser Range Finder (LRF) C. SUSTAINMENT SUPPORT FOR EO/IR/LD PAYLOADS: The Government is looking to understand what the Contractor�s sustainment support concepts are related to training, payload repairs, payload maintenance, and payload upgrade support, in both CONUS and OCONUS locations. The Contractors support concept typically should address the following considerations:� Payload assemblies, modules, major components, circuit card assemblies, Line Replaceable Unit (LRU) assemblies, Shop Replaceable Unit (SRU) assemblies, diagnosis, and repair concept at the field and depot levels. Details on any available concept or plan for Functional and conformance testing that would be needed to address part failures during normal utilization of the payloads as well as non-standard repairs such as damage during shipment, crashes or battle damage. The Government desires support capabilities that can be tailored to provide sustainment support to achieve minimum Operational Availability (OA) of up to 90%. D. FUTURE UPGRADES/MODIFICATIONS TO EO/IR/LD PAYLOADS: The Contractor shall have the ability to implement modifications (i.e., technology insertions and system retrofits) in accordance with AR 750�10 as a guide. Modification is any alteration, conversion, or modernization of an end item or component of an end item, which in any way changes or improves the original purpose or operational capacity in relation to effectiveness, efficiency, reliability, or safety of that item. This includes, but is not limited to: conversions, field fixes, retrofits, remanufactures, redesigns, upgrades, extended service programs, engineering changes, software revisions, system enhancement programs, service life extension programs, system improvement programs, product improvement programs, and preplanned product improvements. The contractor shall have the ability to modify payloads to address capability improvements agreed upon by the Government. These upgrades/modifications can be made via software and hardware. RESPONSE SUBMITTAL INSTRUCTIONS: All material submitted in response to this RFI must be unclassified. Responses are due 30 calendar days from date of posting of this RFI. The Government requests that interested sources submit an electronic response (Microsoft Office 2007 or newer, or PDF format) of not more than 10 pages, 8.5"" x 11"" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Responses should describe the vendor�s approach to meet the performance parameters established above and submit answers to questions located in VENDOR RESPONSES SECTION A & B. Only SECTION A�s responses will be counted against the 10 page limit. Files greater than 20 megabytes (MB) cannot be transmitted through the network firewall and must therefore be submitted via DoD Safe (https://safe.apps.mil/). If DoD Safe is used, the contractor must submit an email directly to the Government POC stating that information is available via DoD Safe. The Government will accept responses from companies that can partially meet the performance capabilities. Interested parties should differentiate between which capabilities they can and cannot meet. Responses and information received in response to an RFI shall be marked with the date and time of receipt and shall be transmitted to the designated officials. Also, responses shall be safeguarded from unauthorized disclosure throughout the market research process. CONTRACTING OFFICE ADDRESS: ACC-APG Contracting Command, Division C 6565 Surveillance Loop, Bldg 6001, APG, MD 21005 RESPONSE DUE DATE: The response date for this market research is thirty (30) days after the posting date. No calls will be accepted, only email inquiries will be entertained. All responses to this RFI may be submitted via e-mail to Ms. Amy DuBree, Contract Specialist, at amy.c.dubree2.civ@mail.mil; Mr. Robert Lewis, Technical Representative, at robert.lewis716.civ@mail.mil; and Mr. Adam Terio, Technical Representative, at adam.a.terio.civ@mail.mil. CLASSIFICATION: No classified, confidential, or sensitive information shall be included in your response. Interested parties are responsible for appropriately marking proprietary or competition sensitive information contained in their response. Responses to the RFI will not be returned. VENDOR RESPONSES SECTION A: (Counted against page count) 1. Company Name, Company Contact Name, Company Mailing Address, Position, Telephone number, E-mail Address, Cage Code, and Company Uniform Resource Locator (URL). Note that RFI respondents shall designate a single point of contact for receipt of all information pursuant to this RFI. 2. Provide a brief overview of company history, limited to three (3) paragraphs. 3. Explain your technical management approach including product and component designs, configuration management, and platform integration support provided, engineering change proposals, test data and integration between payloads and platforms. 4. Provide a list of your typical customers from the EO/IR/LD Payload you presented to meet the requirement (not a variant item). Also indicate if these customers are Government entities, commercial entities, and/or the general public. If the EO/IR/LD Payload is presented as commercial, identify, if possible, up to three commercial users of your product and indicate the volume sold. 5. If the EO/IR/LD Payload represented to meet the requirement is presented as a Military-purpose Non Developmental Item (NDI), provide the program funding profile to support the assertion of development exclusively at private expense IAW DFARS 212.7101. Please include funding profile and sources for the system and all product improvements. 6. Provide a technical description of how your EO/IR/LD Payload will meet the requirements of this RFI. Provide documentation supporting any claims to meet the Government requirements of this RFI. Discuss the maturity of your proposed EO/IR/LD Payload design. In addition, provide your parameters for measuring the degree of maturity. If the available EO/IR/LD payload (COTS or NDI) does not meet the requirements, please discuss what requirements need modification for the available COTS or NDI EO/IR/LD payload to meet all of the requirements. 7. Provide information related to the EO/IR/LD payload�s platform interface details (e.g., Mechanical, Electrical, and Communications drawings and or data to include electrical and physical connectors and the standards). 8. Provide any available reliability data for your product. Additionally, specify the environments reflected in this data. What is the reliability history of the product? (E.g. MTBF, etc.) 9. Provide information about the current level of environmental qualification and electromagnetic interference testing of the EO/IR/LD Payload being described. 10. Explain any special tools or test, measurement and diagnostic equipment required at the operational/user level to ensure that the EO/IR/LD payload operates as-advertised. Would a non-EO/IR/LD company�s employee be able to utilize this equipment and what level of training/expertise would the operational/user level person need to utilize this equipment? 11. Explain the maintenance and logistics support concepts for your system. 12. Explain your Field and Depot level repairs, repair facility capacity and locations, Repair Turn-Around Times (RTAT) for standard, non-standard, and planned maintenance. What is the strategy for transportation, bench-stock, special tools and test equipment? (Expected RTAT for a basic field repair will average 14 days or less and expected RTAT for a standard depot level repair will average 30 days or less.) 13. Provide details on the standard commercial or manufacturer warranties that come with your product to include the warranty period, when the period begins, warranty cost, and the included item failures covered by the warranty. 14. What are the maintainability features of your EO/IR/LD Payload design? (e.g., self-test features, accessibility, need for separate support equipment to verify failures, preventive maintenance needs, mean time to repair, etc.) 15. Explain if there is any software embedded in your EO/IR/LD Payload and specify the level of data rights you are willing to provide in the sale of the item. a. Will the Government be allowed to acquire licensing and subscription services to enable competition for maintenance? b. If it later became necessary to replace a subsystem because the original became unsupportable, could this be done without driving a major modification or replacement of the entire system? � 16. Explain how comprehensive and user friendly your training materials are. � a. Are your training materials and or services sufficient to teach a user how to install and trouble shoot your item? �b. Is it sufficient to enable an operator to train other users? �c. Are any certifications required to perform any required training? � 17. Describe your willingness to provide Data Rights required to support the Government Organic Sustainment for your EO/IR/LD Payload. What data rights are available for your TDP? Provide a Rough Order of Magnitude (ROM). (MIL-STD-31000A dated 26 February 2013 can be used for reference.) 18. Explain the typical procurement lead time (time from receipt of an order to delivery of the first system). Include maximum production rate per month. �19. Explain your supply chain considerations with emphasis on any known long lead items that may adversely impact payload repairs in a deployed environment and strategies to overcome potential parts obsolescence problems. Also include transportation options for shipping CONUS to CONUS and CONUS to OCONUS. OCONUS includes Southwest Asia (SWA), Europe and Africa. �20. Provide ROM price estimates, including assumptions and cost drivers, for each system that meets the performance objectives, repair services (at each level), and spare components. Spare part components will be for a quantity of 20 payloads. It is understood by the United States Government that the cost estimates provided as a result of this request are �best� estimates only. � VENDOR RESPONSES SECTION B: (Not Counted Against Page Count) � Your Company�s interest in Industry Day, date TBD, to be held at Aberdeen Proving Ground, Maryland. The Industry Day will be 1-2 days in length and will allow the Government to express its goals, schedule and solicit feedback from industry during private one-on-one session. � Your Company�s interest in supporting an EO/IR/LD(s) Payload demonstration, date TBD, at Yuma Proving Ground (YPG), Arizona. The demonstration would be 1-2 days in length and will allow the Government to witness the EO/IR/LD(s) Payloads performance in a relevant operational environment on the TA. Your company shall be prepared to have a representative system, operator and maintenance support personnel at the demonstration. � Do you have an approved export license for the lasers supplied in the EO/IR/LD Payload? If yes, provide a copy showing license number and date approved. If not, would you intend to seek approval prior to delivering the item under a potential contract? � Has your Company performed this type of effort or similar type efforts (to include size and complexity) in the past? Was the contract a commercial or non-commercial contract? If so, please provide Contract Number, Point of Contact (POC), email address, phone number, and a brief description of your direct support of the effort. � Indicate your willingness to price (on a fixed price basis) and support a multi-year IDIQ contract for your EO/IR/LD Payload. Indicate any special provisions or concerns you have with this type of contract. � Provide your EO/IR/LD Payload Detection/Recognition/Identification (D/R/I) performance ranges and probabilities for a tracked vehicle sized target based on your company�s modeling and/or test data. Provide input decks and/or data to support modeling using the U.S. Army NV-IPM, NVTHERM and/or SSCAM modeling software. EXAMPLE provided in APPENDIX B � Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 334511, and its socioeconomic category. 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 Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business � In addition, anyone representing their company as other than a Large Business Concern under this effort must answer the following questions. � If you identify your company as a SB 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. Under the current SB size standard, do you anticipate your company remaining a small business under the stated NAICS code 334511, should you be awarded this contract? �If you identify your company as a Small Business or any of the Small Business subcategories above: a. Is your company interested in being a prime on any potential future efforts? b. If yes, provide information to show how you will meet the Limitations on Sub-contracting clause FAR 52.219-14. If you are a small business, can your company sustain operations if not paid for 90 calendar days? 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/430a8c28e14d48e79494b848d7855bc2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05668460-F 20200523/200521230232 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.