Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2015 FBO #5012
SOURCES SOUGHT

A -- Request for Information (RFI) Market Investigation Driver's Vision Enhancer-Family of Systems (DVE-FOS)

Notice Date
8/12/2015
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-15-R-C022
 
Response Due
9/10/2015
 
Archive Date
10/11/2015
 
Point of Contact
Kimberly Posey, 703-407-0863
 
E-Mail Address
ACC-APG - Washington
(kimberly.m.posey4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command - Aberdeen Proving Ground- Belvoir (ACC-APG-Belvoir) on behalf of Program Manager, Terrestrial Sensors (PM-TS), is searching for sources capable of providing full rate production and associated engineering services of the Driver's Vision Enhancer - Family of Systems (DVE-FOS) and that additionally have the skills, experience, knowledge, and capabilities required to provide the DVE Systems for the Tactical Wheeled Vehicles (TWV) and Combat Vehicles (CV). The DVE is a compact, lightweight, un-cooled, passive thermal imaging system for use on a variety of combat and tactical wheeled vehicles during darkness or periods of degraded visibility. The system currently uses a 640 X 480 sensor with a 40 x 30 degree field of view and a 800 x 600 Display Control Module. This allows vehicle operators to maneuver in severely degraded visual conditions caused by smoke, fog, dust, and other battlefield and environmental obscurants. REQUIREMENTS: The Performance Specification, MIL-PRF-49256D DVE-FOS dated 30 Sep 2009 details the requirements that the supplier will need to meet in order to be considered fully qualified. MIL-PRF-49256D DVE-FOS is listed as Distribution Statement C. - Distribution authorized to U.S. Government Agencies and their contractors. Other requests for this document shall be referred to Product Manager Ground Sensors, ATTN: SFAE-IEW-TG, Vincent E. Ramirez, Fort Belvoir, VA 22060. INTERFACE CONTROL DOCUMENTS: The Interface Control Document (ICD), A3325865 (REV B) for the DVE contains the interfaces that the DVE supplier will need to meet to be considered fully qualified. The specifications contain information that has been designated as quote mark Militarily Critical Technical Data. quote mark Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may obtain a copy of DD Form 2345, Militarily Critical Technical Data Agreement. Please note the following: Foreign participation is excluded. For any questions regarding the above technical data showing the systems and components requirements contact the below technical POC: Vincent E. Ramirez, PM GS Systems Engineer E-mail: vincent.e.ramirez4.civ@mail.mil PROJECTED QUANTITY REQUIREMENTS: Up to 10,000 systems SUBMISSION INSTRUCTIONS: The Government requests that interested sources submit an electronic response of not more than fifteen (15) pages, 8.5 quote mark x 11 quote mark paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around and shall include the following: 1. Brief summary of the company, of no more than 3 paragraphs. 2.Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 3.Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 334511. The Small Business Size Standard for this NAICS code is 750 number of employees. For more information, 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 - Historically Underutilized Business Zone (HUBZone) - Veteran-Owned Small Business - Service-Disabled Veteran-Owned Small Business 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, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 4. Do you plan to prime? Describe how you will either produce or subcontract for each component or assembly required. Please identify sources of supply for any components or assemblies for which you intend to subcontract production. 5. Does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide. 6. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 7. Discuss existing capacity and quantity requirements necessary to maintain that capacity and industrial base. 8. Please describe the capacity of your facility to include storage and shipping areas. 9. The Government understands that teaming is an essential part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house. 10. What are the core competencies of your employees that would support these requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 11. Does your company have a SECRET facility clearance or have access to one should it be required? RESPONSE PROCESS: To request a copy of the Performance Specification MIL-PRF-49256D and/or the Interface Control Documents A3325865 (rev B), the request shall be submitted in writing or via Email. NO TELEPHONE REQUEST WILL BE HONORED. Requests must be submitted within 14 days after this notice. Initial responses should be submitted to the POC: Product Manager Ground Sensors (PM GS) 10221 Burbeck Road, Attention: Mr Vincent E. Ramirez - DVE-FOS COR, Bldg 399 Room 123, at Fort Belvoir, VA 22060-5806 (vincent.e.ramirez4.civ@mail.mil). Initial requests must include: company name, Company and Government Entity (CAGE) Code, classified mailing address, Facility Clearance and appropriate point of contact information. After validation of the responder's eligibility to receive the performance specification and ICD, these documents will be emailed to each validated Requestor. Final responses to this RFI must be received by 10 September 2015. All submittals must be in writing or via email. No extension will be granted. You may forward unclassified written responses to Product Manager Ground Sensors (PM GS), 10221 Burbeck Road, Bldg 399, Fort Belvoir, VA 22060-5806,ATTN: Vincent E. Ramirez (vincent.e.ramirez4.civ@mail.mil). Classified information will be accepted by mail only; please mark it accordingly, and send via the proper secure channels. Acknowledgement of receipt will be issued. Interested parties with the ability to satisfy the above characteristics and capabilities should submit a white paper, not to exceed 15 pages, discussing your company's ability to meet the above requirements. The response should include a complete discussion of your firm's ability to meet the above stated characteristics and capabilities, to include outlining your facility availability and staffing capabilities. The supporting documentation must be in sufficient detail to enable the Government to determine if the potential vendor either has the required product, hardware, and data, or the capabilities and production qualifications required for this combined effort. It is requested you also include a discussion of any commercially available solutions which your company can provide. Descriptive literature of the commercial product, if available, should be provided and will not be included in the above page count. Responses should also include a cover letter (not included in the page count) providing: THE FOLLOWING QUESTIONS ONLY APPLY TO SMALL BUSINESS RESPONDENTS. Responses to the below questions shall be included in a separate section of the submission and will not be counted as part of the 15 page limit. 1. If you are a small business and plan to prime please inform how you will meet the limitations on subcontracting Clause 52.219-14. 2. If you are a small business, can your company sustain if not paid for 90 calendar days? PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY This sources sought is for planning purposes only and shall not be considered as an invitation for bid (IFB), request for quotation (RFQ), request for proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your response to this request will be treated as INFORMATION ONLY. 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. 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 information provided may be used by the Army in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information submitted. Responses will not be returned nor will an acknowledgement of receipt be confirmed. No solicitation exists; therefore, do not request a copy of a solicitation. No further information or documentation will be provided. Responses to Small Business Questions 1 through 2 above are in addition to the above stated fifteen (15) page limitation. Responses should include the company name, CAGE code, point of contact, and address. All responses to this market research shall be submitted no later than 4:00 PM EST (local time at Fort Belvoir, VA) on 10 September 2015. All questions and white papers must be submitted via e- to Mr. Sabin Joseph via email sabin.a.joseph.civ@mail.mil. The subject line for the email submission should read: quote mark RFI: Driver's Vision Enhancer-Family of Systems - YOUR COMPANY NAME quote mark. No telephonic inquiries or requests will be entertained. Acknowledgement of receipt will be issued. Disclaimer: No award will be made as a result of this request. This RFI is for informational purposes only; this is not a Request for Proposal/Solicitation. All interested parties are encouraged to respond to this RFI. The Government will not pay for information and/or materials received in response to this RFI and is in no way obligated by the information received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/47edaedd8ea61f0cfb8ec6f6e9341272)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03836178-W 20150814/150813000317-47edaedd8ea61f0cfb8ec6f6e9341272 (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.