MODIFICATION
15 -- Soldier Borne Sensors (SBS)
- Notice Date
- 12/11/2017
- Notice Type
- Modification/Amendment
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W91CRB-17-T-0999
- Point of Contact
- Samantha Lee Shultz, Phone: 410-278-3820, Michael F. Siwek, Phone: (410) 278-3876
- E-Mail Address
-
samantha.l.shultz2.civ@mail.mil, michael.f.siwek.civ@mail.mil
(samantha.l.shultz2.civ@mail.mil, michael.f.siwek.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Amendment 4: This amendment (Amendment 4) to RFI W91CRB-17-T-0999 is to invite industry, academia, individuals, and labs to participate in a face to face Industry Day and to invite industry to participate in a second User Assessment. This User Assessment will be used to determine the best performing solution currently available within program cost constraints. The SBS program affordability cap constrains the average unit price over the first 2,423 systems procured to $14,997.00 or less. PdM SMS intends to purchase up to 200 systems based on the User Assessment results through the Defense Logistics Agency (DLA) Tailored Logistics Support (TLS) Contracts in the third Quarter of Fiscal Year 2018 (3QFY18). Participation in the user assessment is mandatory to be considered for the FY18 purchase. Assessment activities will be conducted at Fort Belvoir, VA; Aberdeen Proving Ground (APG), MD; and Fort AP Hill, VA from January 18th through March 2nd 2018. The assessment will be kicked-off with a live Industry Day and 1-on-1 sessions at Fort Belvoir, VA on January 16th and 17th 2018. The purpose of the 1-on-1 sessions, which will be held on January 16th, is for vendors to deliver hardware for the User Assessment, provide instruction on basic operation of their hardware, and describe their hardware - all items delivered with a complete system, vendor part number for the complete system, all user-replaceable spare parts, and vendor part numbers for all spare parts. PdM SMS will use the part number data to request quotes from all participating vendors through the DLA TLS program. Vendors intending to participate in the User Assessment shall request a 1-on-1 session and bring five (5) complete systems of their solution for assessment to the 1-on-1. Vendors may also provide spare parts they believe may be necessary to sustain the five (5) systems over the course of five (5) weeks of assessment. The assessment will include at least sixteen (16) cumulative hours of flight. The purpose of the Industry Day, which will be held on January 17th, is for PdM SMS to provide updated program information including acquisition strategy, schedule, and a detailed description of the User Assessment. Participation in the User Assessment requires vendor attendance at four (4) events: • Industry Day. The vendor must schedule a 1-on-1session on January 16th 2017 and attend the group session on January 17th 2017. • Imagery collection for camera assessment. The Advanced Sensor Evaluation Facility on Fort Belvoir, VA will collect imagery from all systems under assessment on January 18th, 19th, and 22nd 2017. Vendor assistance is required for up to four (4) hours to ensure adequate imagery is collected. The timing of each vendor's support will be scheduled to minimize total vendor support time and travel. • Acoustic data collection. Acoustic data will be collected from each system under evaluation in anechoic chambers at APG, MD on January 18th, 19th, and 22nd 2017. The intent is to mount the air vehicles in a stationary position and command the motors to simulate various flight conditions. Vendor assistance is required for up to four (4) hours to command the motors during collection. The timing of each vendor's support will be scheduled to minimize total vendor support time and travel. • Soldier training. Soldier test participants will be trained at Fort AP Hill, VA on February 19th and 20th 2017. Vendor attendance is required for two (2) days to conduct the training. All parties interested in the Industry Day and/or User Assessment shall provide notification of intent to participate along with the documentation outlined below to the Contract Specialist, Michael F. Siwek via e-mail to michael.f.siwek.civ@mail.mil by 15:30 Eastern Standard Time (EST) no later than 08 January 2018. SUBMISSION INSTRUCTIONS: INTERESTED PARTIES SHALL NOT SUBMIT PROPOSALS. INTERESTED PARTIES SHALL INDICATE INTENTION TO PARTICIPATE BY THE SPECFIED DUE DATES AND TIMES IN ORDER TO PARTICIPATE IN THE INDUSTRY DAY. No contracts will be awarded based on this announcement. Vendors interested in participating in the Industry Day and/or User Assessment shall e-mail the Contracting Office POC listed above by January 08th 2018 no later than 15:30 EST. Respondents will receive a response e-mail confirming receipt and initiating discussions to schedule a 1-on-1 session and support windows for acoustic and camera collections. On or before January 10th 2018, respondents will receive another e-mail with directions to industry day location(s). Please include the following information in your e-mail: • Company name • Intent to participate in the User Assessment • Company Cage Code • Name, citizenship, phone number, and e-mail address for each Industry Day attendee • Name, credentials, citizenship, phone number, and e-mail address of person supporting camera assessment (if participating in User Assessment) • Name, credentials, citizenship, phone number, and e-mail address of person supporting acoustic collection (if participating in User Assessment) • Name, citizenship, phone number, and e-mail address of person(s) who will provide training at Fort AP Hill (if participating in User Assessment) Vendors interested in participating in the user assessment shall attach the following documentation to their e-mail: • System Safety Assessment Report (SAR): The SAR evaluates the safety risks being assumed prior to test or operation of the system and provides specific controls or precautions to be followed. The SAR identifies all safety features of the system, specific controls or precautions to be followed during use, and provides verification of compliance to safety requirements identified in this specification. If toxic/hazardous materials are utilized, the vendor shall provide the technical information required to complete Part II of the DRMS Form 1930, Hazardous Waste Profile Sheet. At a minimum, the SAR includes introduction, system description, purpose and intended use of system, brief summary of system development, description of system and components, system operations, system safety engineering, and conclusion. • Airworthiness Release (AWR) documentation: The system operator's manual, training materials, and system specification sheet are required to support AWR for the assessment. At a minimum, the system specification sheet includes company name and address; list of system components; dimensions (length, width, height, and weight) of system and major components (air vehicle, controller, display); illustrations/photographs of system and components; basic performance description (ground speed, maximum run time, and any environmental or other limitations); and the pre-flight check list (if not included in Operator's Manual.) • Frequency Allocation Application: Completed DD Form 1494, Application for Equipment Frequency Allocation, for the system radio. USE OF INFORMATION: The purpose of this notice is to notify industry of the scheduled open User Assessment; notify industry, academia, individuals, and labs of the scheduled SBS Industry day; and request system data from current manufacturers of SBS solutions. All proprietary information contained in the response shall be separately identified and marked. Any proprietary information contained in response to this request will be properly protected from any unauthorized disclosure. PdM SMS will ensure that vendor representatives at the user assessment have no access to competing hardware or data derived from competing hardware. FEDERAL ACQUISITION REGULATION (FAR): Per Federal Acquisition Regulation (FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997): The Government does not intend to award a contract on the basis of this RFI Notice or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. Although, "proposal" and, "respondent" are used in this RFI, your responses will be treated as information only. It shall not be used as a proposal. POINTS OF CONTACT: Questions on the objectives should be addressed to Contract Specialist, Michael F. Siwek via e-mail at michael.f.siwek.civ@mail.mil and the Subject Line must be titled: "RESPONSE for SBS RFI" Contracting Office Address: 4310 Boothby Hill Road, Bay 2, Aberdeen Proving Ground (APG), MD 21005-3013 Contracting Point of Contact(s): Michael F. Siwek, Telephone: (410) 278-3876
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c4b2e81f20ace4acf372c455792331fc)
- Place of Performance
- Address: The assessment will be kicked-off with a live Industry Day and 1-on-1 sessions at Fort Belvoir, VA on January 16th and 17th 2018. The 1-on-1 sessions will be held on January 16th and the Industry Day will be held on January 17th., United States
- Record
- SN04763627-W 20171213/171211231826-c4b2e81f20ace4acf372c455792331fc (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 |