SOURCES SOUGHT
59 -- 3GEN FLIR Long Range Advanced Scout Surveillance System (3GEN FLIR LRAS3) Technology Insertion Effort
- Notice Date
- 2/19/2016
- 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 - APG (W909MY) Belvoir, 2461 Eisenhower Avenue, Alexandria, Virginia, 22331, United States
- ZIP Code
- 22331
- Solicitation Number
- W909MY-16-R-A004
- Point of Contact
- Hanh T. Dinh, , Rosetta Wisdom-Russell,
- E-Mail Address
-
hanh.t.dinh.civ@mail.mil, rosetta.wisdom-russell.civ@mail.mil
(hanh.t.dinh.civ@mail.mil, rosetta.wisdom-russell.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is conducting market research on behalf of the US Army's Office of the Program Manager (PM), Terrestrial Sensors (PM TS). PM TS is conducting a market survey to determine industry's capabilities in providing Technology Insertion for 3GEN FLIR LRAS3 in accordance with Federal Acquisition Regulation (FAR) Part 10. The intent of this Market Research is to identify potential sources that have the skills, experience, knowledge, and capabilities required to perform a technology insertion development effort on LRAS3. Technology insertion would be accomplished via integrating the 3GEN FLIR B-Kit and other components into the current LRAS3. 1. DESCIPTION AND APPLICATION: This Request for Information (RFI) is to gather information to assist PM TS in planning possible future technology insertion efforts for the LRAS3. The LRAS3 is a multi-sensor system that includes a FLIR sensor, a day video camera (DVC), an eyesafe laser rangefinder (ELRF), and a far target location (FTL) capability. The LRAS3 is a long range reconnaissance and surveillance system that provides a real-time target detection, recognition, and identification capability to the cavalry scout while operating 24-hours a day in adverse weather conditions. PERFORMANCE REQUIREMENTS: The intent of the 3GEN LRAS3 Technology Insertion effort is to increase capability and mitigate obsolescence with no changes to the LRAS3 external interfaces (electrical and physical) except where required by the below list of modifications, in addition to performing the below upgrades. This Technology Insertion effort will emphasize reusing as many existing LRAS3 components as possible to minimize cost and risk. Sources are sought for a single system integrator that can develop and/or integrate and test the following modifications to LRAS3: a. Integrate 3GEN FLIR B-kit capability (provided as Government Furnished Equipment (GFE)) under separate development by PM Ground Sensors. b. Integrate Military GPS User Equipment (MGUE) receiver (provided as GFE) capability under separate development by PM Position Navigation and Timing. c. Integrate Inertial Navigation Unit (INU) capability for increased FTL precision. d. Integrate a modernized ELRF for obsolescence mitigation. The current ELRF should remain compatible. e. Integrate a modernized display for the Biocular Display. f. Mitigate obsolescence in the DVC system. g. Mitigate obsolescence and consolidate Circuit Card Assemblies (CCA) where feasible. Any CCA redesign includes software modifications also. 2. Depot Support: Government depots have the capability to perform factory level overhauls on the LRAS3, including acceptance testing, far target location performance verification, self-survey calibration, temperature profile testing, and vibration testing. As part of the Technology Insertion effort, the system integrator shall assist Government depots in enhancing existing capability to perform the Technology Insertion modifications as part of a future production effort. The assistance required includes process and drawing support, development and installation of special tooling and test equipment, and first article testing. 3. Additional Services: In support of the 3GEN LRAS3 Technology Insertion effort, technical services will be required to support updating Technical Manuals and training material, provide supporting logistical and technical data, prepare production ready drawings, and support Government test and evaluation efforts. 4. Interface and Performance Requirements: The following list contains Interface Control and Performance Specifications that suppliers will need to consider for this effort: a. MIL-PRF-A3264477F, Performance Specification for Surveillance System, Scout, Long Range, AN/TAS-8( ) (LRAS3) b. A3247000D, Interface Control Document (ICD) for the Block 1 LRAS3 c. U01404KL, Software Requirements Specification for the LRAS3 d. U01406UH, User Interface Algorithm Description Document for the LRAS3 e. MIL-PRF-A3347042, Performance Specification for the 3GEN FLIR B-Kit f. MIL-PRF-A3347043, Performance Specification for the 3GEN FLIR Detector/Cooler Bench g. MIL-PRF-A3347049, Interface Control Document for the 3GEN FLIR B-Kit h. CI-MGUE/GE-850E, Military Global Positioning System User Equipment Ground-Embedded Receiver Requirements i. MSID-001A, Military GPS User Equipment Serial Interface Document Any requests for CI-MGUE/GE-850E and MSID-001A should be directed to the USAF Global Positioning Systems Directorate (SMC/GP). 5. Technical Data: The Government is in possession of a limited amount of technical data which includes: a. Housing drawings, including electric connections. b. Component drawings for items in the optical path from front window through the SADA II. c. Day video camera. d. Integrated System Processor Circuit Card Assembly (CCA), including layout, schematic and source code. No technical information is available for the FTL system, top cover, or display assembly. No alignment procedures or processes are available. The technical data listed in Section 5 will not be provided for review in response to this sources sought request. Please note the following: Foreign participation is excluded. This is a market survey to identify all parties interested in taking part in this entire effort as a prime contractor. The Government will provide the above requirements and interface documents as part of the solicitation. Interesting Contractors shall have a Secret Facility Clearance with Secret Safeguarding Requirements. Please provide the following information no later than 26 March 2016. Future communications related to this program will be distributed based on interested parties list. 1. Provide a brief summary of the company. 2. Do you plan to prime? If so continue to question #3 3. Discuss your qualifications in integrating Thermal Imaging/Infrared technology, Electro-Optic technology, Far Target Location technology, Circuit Card Assemblies, ruggedized electronics, and associated software as described above or similar efforts. 4. Does your company have experience working with Government depots as part of a Public Private Partnership Work share as described above? For any previous effort, please provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. 5. Given the listing of the data available above, does this data represent an adequate amount of data to complete the development? If not, what additional technical data would your company require in order to execute the described development effort? Contractor is encouraged to provide details on impact of any technical data needs including cost or schedule impacts from lack of technical data at the start of the project. 6. Does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide. If your company needs to acquire or build new capabilities, describe the effort and timeline required. 7. If your company is planning on business arrangements with other companies, please list the capabilities or services provided by these other companies that would contribute to this effort. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. Respondents 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. 8. Does your company have experience as a prime contractor administering Contracts? If so, please provide as much of the following information as possible: contract number(s), dollar value, and similarity of scope and effort. 9. 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. 10. Does your company have a SECRET facility or access to one should it be required? 11. Do all the employees that would support this requirement have a security clearance? If not, what percentage of employees that will be involved in this effort, have a security clearance? 12. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 13. Please identify your company's business size standard based on the North American Industrial Classification System (NAICS) code of 334511 for example. 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 THE FOLLOWING ONLY APPLIES TO THE SMALL BUSINESS RESPONDENTS and will not count against the page limitations stated below: In addition to the above, small businesses responding should provide the following information: 14. If you are a small business and plan to prime, please inform how you will meet the limitations on subcontracting Clause 52.219-14. 15. Under the current SB size standard, do you anticipate your company remaining a small business, under the stated NAICS code 334511? 16. If you are a small business, can your company sustain if not paid for 90 calendar days? 17. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? Interested parties with the ability to satisfy the above characteristics and capabilities should submit a white paper, not to exceed 20 pages, discussing your company's ability to meet the above requirements. The response should include a complete discussion of the ability to meet the above stated characteristics and capabilities, contractor's 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. Please 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: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code and DUNS Number: If your company holds a GSA Schedule contract (874 or other), please provide the Schedule number. Responses are due no later than 4:00 PM EST (local time at Fort Belvoir, VA) on 26 March 2016. Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Send responses electronically to: Hanh Dinh, Contract Specialist, email: hanh.t.dinh.civ@mail.mil Rosetta Wisdom-Russell, Contracting Officer, email: rosetta.wisdom-russell.civ@mail.mil Vincent E. Ramirez, Contracting Officer Representative, email: vincent.e.ramirez.civ@mail.mil 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 receipt be confirmed. No solicitation exists; therefore, do not request a copy of a solicitation. Response to this Sources Sought should be received no later than 26 March 2016. All requests for further information must be in writing or via email; telephonic requests for additional information will not be honored. You may forward request for additional information and/or responses to Hanh Dinh, Contract Specialist at, hanh.t.dinh.civ@mail.mil, and Ms. Rosetta Wisdom-Russell, Contracting Officer at: rosetta.wisdom-russell.civ@mail.mil. Acknowledgement of receipt will be issued.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1a1e66ed1d49e0bf7297deadb46ffe30)
- Place of Performance
- Address: ACC-APG Belvoir, fort belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN04025389-W 20160221/160219234620-1a1e66ed1d49e0bf7297deadb46ffe30 (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 |