Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
SOURCES SOUGHT

A -- SOURCES SOUGHT FOR POTENTIAL RESEARCH AND DEVELOMENT EFFORT ON MITIGATING THE DISMOUNTED SOLIDER'S MULTISPECTRAL SIGNATURE UNDER VARIOUS OPERATIONAL CONDITIONS

Notice Date
9/24/2015
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY15X0064
 
Response Due
10/9/2015
 
Archive Date
11/23/2015
 
Point of Contact
Darlene Rideout, (508) 233-4112
 
E-Mail Address
ACC-APG - Natick (SPS)
(darlene.l.rideout.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used by the NSRDEC to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this sources sought synopsis is to identify potential qualified Small Businesses (SB), Small Disadvantaged Businesses (SDB), 8(a) Businesses, HUBZone Businesses (HUBZone), Women-Owned Small Businesses (WOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), and/or Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This Sources Sought Synopsis is one face in the Government's overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This DOES NOT constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. Background: NSRDEC/FTST conducts research and development on mitigating the dismounted Soldier's multispectral signature under various operational conditions. Along with traditional measurements, the FTS team also utilizes advanced analytical measurements to characterize camouflage performance. DESCRIPTION: NSRDEC is seeking Small Businesses, Small Disadvantaged Businesses, 8(a) Businesses, HUBZone Businesses, Women-Owned Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, and/or Service-Disabled Veteran-Owned Small Business sources with current relevant experience, personnel, and capability to perform research and development of personal camouflage and associated analytical measures of effectiveness required for a combination firm fixed price or cost reimbursement Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. NSRDEC seeks support developing environmental and camouflage target and background models to evaluate the performance of various material/environmental interactions that will predict the material/system performance as perceived by human observers with and without the use of an intervening sensor system. These models are expected to predict the performance of both stationary and moving camouflaged targets, and support development of a virtual camouflage test-bed capable of emulating high definition avatars, materials, patterns, individual and squad-level movements, tactics, techniques and procedures (TTPs), lighting, and background environments at distances ranging from approximately 50 meters (m) to 600 m, as well as drive new materials research. NSRDEC also seeks support to measure the perception of targets in complex backgrounds, using techniques such as the salience of image attributes and related approaches. This task involves, but is not limited to, computer programing and image analysis of the camouflage targets. The final aspect of this survey is for information related to the capability to create virtual images representative of measured field imagery. Contractor activities shall include project management, threat assessment, research, software and hardware programming, field testing, evaluation, statistical analysis, and documentation support. The contractor shall be required to provide subject matter experts and associated support necessary to develop target avatars, work with digital color files, merging avatar and environmental files, collecting environmental conditions and digitally replicating those conditions for observer testing and related activities. The North American Industry Classification System (NAICS) is 541712 with a Small Business Size Standard of 500 employees. The proposed contract will be for one twelve-month base year with four twelve-month option periods, resulting in the contract performance period of five years. The maximum value of individual task orders is estimated to be $1,000,000 and the estimated minimum value of individual task orders is $15,000. Interested Small Businesses, Small Disadvantaged Businesses, 8(a) Businesses, HUBZone Businesses, Women-Owned Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, and/or Service-Disabled Veteran-Owned Small Businesses are invited to respond to this sources sought announcement by providing the following information: 1.A complete description of the offeror's capabilities, related experience, facilities, techniques or unique combinations of these factors that clearly related to the Government's specific needs for this requirement. 2.Indicate if your business is a Small Business, Small Disadvantaged Business, 8(a) Business, HUBZone Business, Women-Owned Small Business, Economically Disadvantaged Women-Owned Small Businesses, and/or Service-Disabled Veteran-Owned Small Business. 3.Past experience providing similar work 4.Company information to include company name, physical address, phone number and email address. 5.Ability to work on classified items (there is the potential that there may be some work issued that is classified) OR demonstrated ability to obtain security clearances at the time of contract award. Responses to this Source Sought announcement are due no later than 9 Oct 2015. Please address your responses to: Kathryn Rock via email at Kathryn.l.rock2.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0f8a154ef42cc378c104a8702a94ba1b)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN03902292-W 20150926/150924235919-0f8a154ef42cc378c104a8702a94ba1b (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.