MODIFICATION
12 -- Next Generation Handheld Targeting System (NGHTS)
- Notice Date
- 1/24/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
- ZIP Code
- 22134
- Solicitation Number
- M67854-18-R-1321
- Archive Date
- 2/24/2018
- Point of Contact
- Tammy L. Wright, Phone: 7034323613
- E-Mail Address
-
tammy.wright@usmc.mil
(tammy.wright@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice M67854-18-I-1321 for Marine Corps Systems Command, Quantico, VA Next Generation Handheld Targeting System (NGHTS) formerly known as Future Targeting System (FTS) NOTE: This Sources Sought Notice engages industry in order to refine the requirement and ensure a competitive acquisition strategy is developed. This is continued market research under Federal Acquisition Regulation (FAR) part 10, building upon the previously released Request for Information (RFI) M67854-16-I-14164, released in July 2016. This is not a Request for Proposal (RFP) or Request for Quotation (RFQ). Respondents who have previously submitted capability documentation ARE NOT required to submit duplicative capability statements, unless new or additional information would like to be conveyed to the Government. All responses to this notice become Government property and will not be returned. The information herein only initiates communication with industry in order to receive feedback and comments from industry on the Program Objectives and DRAFT Performance Specification (PSpec) provided as an attachment to this notice. This notice also communicates potential foci for industry research and development. A goal is to inform industry of the Marine Corps direction regarding this program for its planning purposes. No solicitation document exists at this time. This notice constitutes no Government obligation to procure these items or issue a solicitation. In addition, the Government has no obligation to pay for information or product samples provided in response to this notice and will not accept any responses as offers. Respondents should mark any proprietary information clearly and appropriately. BACKGROUND: Currently the United States Marine Corps (USMC) uses three separate systems to perform rapid target acquisition, laser designation, and laser spot imaging: the Portable Lightweight Designator Rangefinder (PLDR), the Joint Terminal Attack Controller Laser Target Designator (JTAC LTD), and the Thermal Laser Spot Imager (TLSI). These systems are heavy, unwieldy to carry and transport in the field, and contain multiple components. Consequently, there remains a need for a single, lightweight, compact system capable of performing the functionality of these three separate devices while maintaining a form factor that allows the dismounted warfighter to better carry and operate the system during Joint fire support operations. FUTURE CONTRACT AND SCHEDULE: The Request for Proposal (RFP) for the Engineering, Manufacturing and Development (EMD) phase is tentatively scheduled for a 4th Quarter, Fiscal Year 18 release. Initial Operational Capability (IOC) for the Next Generation Handheld Targeting System (NGHTS) is anticipated for the 4th Quarter of Fiscal Year 22. At this time, the contracting strategy is not finalized, MARCOSYSCOM is considering a two phased approach toward Full Operational Capacity (FOC) - an EMD phase and a Production phase. The EMD phase will potentially result in multiple Cost plus Fixed Fee (CPFF) contracts, and a down select of the EMD contracts will result in Production/Fielding phase Firm Fixed Price (FFP) contract. The Government will entertain any potential cost sharing opportunities that can be realized for this effort in the EMD Phase. MARCORSYSCOM anticipates hosting an industry day on March 13 - 14 2018, at University of Mary Washington, Dahlgren Campus, 4224 University Drive, King George, VA 22485. The topic of conversation for the Industry Day will include industry feedback on the anticipated contracting strategy and draft RFP prior to releasing the solicitation. Regarding attendance to the Industry Day only; interested parties may submit their Company name, Cage Code, attendee(s) name, and email address(es) via direct email to tammy.wright@usmc.mil for placement on a direct email list containing additional details. All Industry Day details will be posted on FBO, as well, again in February 2018. DESCRIPTION: MARCORSYSCOM, Ground Combat Element Systems (GCES), Program Manager, Fires (PM Fires) is requesting industry feedback and comments on the Program Objectives and DRAFT Performance Specification (PSpec) provided as attachments to this notice. PROGRAM OBJECTIVES: The overarching objectives for the NGHTS Program are as follows and will be formally codified in documentation at a later date: - For the EMD Phase, the Contractor shall design, develop, and test a NGHTS prototype in accordance with the DODI 5000.2 and applicable regulations. The Contractor shall demonstrate the NGHTS and deliver test reports for Government review, verification, and ultimately down-selection to a contractor for the fielding phase. The system should minimize size, weight, and power consumption while enhancing north finding-north keeping, target designation, range-finding, night vision, and laser spot imaging. -For the Fielding phase, produce and deliver a Low Rate Initial Production quantity of NGHTS kits in support of Operational Test and Evaluation (OT&E) and First Article Testing (FAT) with supporting logistics and training materials. -For the Fielding phase, produce and deliver the NGHTS Approved Acquisition Objective (AAO) of approximately 680 units with supporting logistics and training materials. - Execute the program in accordance with the Government proposed schedule constraints outlined in the Future Contract and Schedule section of this notice above. WRITTEN SUBMISSIONS: Respondents should submit written feedback and comments on the Program Objectives or DRAFT PSpec in bullet format detailing the comments and feedbacks location by document and paragraph number, for example: - PSpec, page 1, paragraph 1 - is there an established AAO for this system? Respondents should address cost, schedule, and performance factors that are recognized by the respondent. The biggest cost drivers should be clearly identified and communicated. If cost information is not available, provide a Rough Order of Magnitude (ROM) or historical cost data of previous or similar efforts. The proposed NAICS code for this effort is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing; the size standard is 1,250 persons. Respondents should note if the company is Large or Small Business under the above NAICS code. If a small business, please also provide the appropriate category (i.e., HUBZone, Small Disadvantaged, Veteran Owned, Service Disabled Veteran, Veteran Owned, Woman Owned, or Small Business). No set-aside decision has been made. A key factor in determining an acquisition to be a Small Business Set-Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. The Government reserves the right to consider a small business set-aside based upon all responses received for the subject effort. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Respondents are further requested to indicate their status as a Foreign-owned or Foreign-controlled firm and any contemplated use of foreign national employees on this effort. All prospective contractors must have a valid Cage Code and be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Submission should not exceed 20 pages written (Times New Roman, 12 font) or Microsoft PowerPoint slides; supporting documentation such as commercial literature, catalogs, or manuals are excluded from this length requirement. SUBMISSION DATES: Questions may be submitted until the close of business on 12 January 2018. Responses to all questions will be posted to FBO by 25 January 2018. All written submissions requested by this notice are to be submitted no later than 4:00 EST,09 February2018. DISCLOSURE: The Government may use contractor support from Knowledge Capital Associates (KCA), or other contractors, to help review responses. All contractor support personal have corporate level non-disclosure agreements on file with MCSC. SUBMISSION INSTRUCTIONS: Any questions, comments, and responses should be submitted via the AMRDEC Safe Access File Exchange (SAFE) (https://safe.amrdec.army.mil/safe/). A "Getting Started Guide" is located on the home page, if needed. Responses may be submitted as a "guest" for any respondent that does not have a DoD Common Access Card (CAC). The recipient of all documents submitted via SAFE is tammy.wright@usmc.mil. Responses are to be submitted via the AMRDEC SAFE; all attachments must be in Microsoft Office products or Adobe Acrobat formats. PROPRIETARY DATA: The Government may use information received from this Sources Sought Notice to establish future Marine Corps requirements. Accordingly, respondents should mark proprietary information as appropriate. Proprietary information will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. 423) (hereinafter referred to as "the Act"), as implemented in the FAR. If sensitive, or proprietary, information is to be submitted, please do so via USPS with an email notification to Tammy Wright, tammy.wright@usmc.mil. The mailing address is: Commander MARCORSYSCOM, Attn: Tammy Wright, GCES - PM Fires, 2200 Lester St. Quantico, VA 22134. XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX Q1. Since the RFI emphasizes total system weight as a key performance factor, why is an option for a tripod listed in the specification document and is defined as a threshold requirement? A low risk solution that does not require a tripod is feasible, enabling a reduction in total system weight by at least 2.5 lbs. Can the specification document be amended to specify all performance requirements in hand held configuration only, and omit the threshold requirement for tripod usage altogether in order to save critical weight? A1. A tripod is required for the situations where the Marine will be in one location for a prolonged period of time and will want to leave the unit on a tripod while making observations and/or targeting. It is beneficial to operate handheld for the situations the Marine is on the move and pulls the unit out of his pack, obtains a target or designates, and then returns it to his pack. Q2: Since the RFI emphasizes total system weight as a key performance factor, and a low risk solution that does not require a tripod is feasible, can paragraph 3.2.2 of the specification document be omitted? A2. For reasons provided in A1, Para. 3.2.2 cannot be eliminated. XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX Q1. Nighttime Target Recognition: 3.4.4, is it acceptable to enhance range capability by utilizing an active laser illuminator? A1. The specification only requires an integrated solution which meets the requirement. The method of meeting that requirement is fully up to the contractor. Q2. LRF: 3.8.3 Laser Rangefinder Probability of Detection The NGHTS shall exhibit no more than one range failure out of any 100 consecutive range attempts (Threshold). Can you please change this to False Alarm Rate ? 1 %? a. The specification as written is mathematically impossible to validate. But, as is normal for DOD target location systems, the intent is to require a low false alarm rate, and this is usually written as FAR ? 1%. A2. The specification as written is stating a sliding window of 100 consecutive range attempts must only ever contain one range failure. Changing the specification to a 1% FAR would allow a cluster of failures to occur if enough good range measurements followed. There is no intention to update the specification to a 1% FAR. Q3. LRF: 3.8.6 - how are these requirements to be tested to qualify a system for the program? a. 3.8.6 First/Strongest/Last Return b. 3.8.6.1 The NGHTS laser rangefinder shall be able to discriminate between two targets separated by 25 meters along the Observer to Target line (Threshold). c. 3.8.6.2 After a single range measurement, the NGHTS rangefinder shall provide a distance measurement for up to three objects; these three objects shall be the closest, the farthest, and the object with the strongest laser rangefinder (LRF) return(s) between the closest and farthest objects (Threshold). d. 3.8.6.3 If multiple objects are detected, the distances (up to three: closest, strongest in between, farthest) shall be displayed in order from closest to farthest (Threshold). e. 3.8.6.4 The NGHTS rangefinder shall provide a Multiple Target Indicator, which will alert the user in the case that multiple range targets were present during any single range finding operation and allow the user to cycle through and select a desired range (Threshold). A3. Per the draft specification, Paragraph 4.9, "Defined Verification Methods for Each Performance Metric will be added on the final version of the Performance Specification." Section 4 will include the required detail to inform each Contractor how the NGHTS will be verified against the specification, to include the paragraph items requested. Q4. 3.10 Laser Spot Imaging a. General question: does the customer actually want to see the spot or have an indication of where the spot is? b. 3.10.1 1064nm Laser Viewing/Detection. The NGHTS shall be capable of viewing the location of all 1064 nm designator energy (NGHTS produced as well as 1064 nm energy produced by others) within the field of view of the NGHTS (Threshold). c. 3.10.2 1064nm Laser Identification. The NGHTS shall be capable of differentiating its own laser energy from others within the NGHTS field of view (Threshold) decoding and display the PRF codes of a minimum of three 1064 nm designator spots within the NGHTS field of view (Objective). A4. The NGHTS system should allow the Marine to see the actual laser spot it is firing as well as any other spots within the field of view while differentiating between its own and others. Coloring pixels or other methods of indicating laser spot is not sufficient as a sole means of meeting this requirement. XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX Please provide range modeling parameters for Q1. pg. 11; para 3.4.3 Day Recognition Range A1. Modeling input parameters and conditions will be provided in the final version of the system performance specification. The following values may be utilized in the interim. Target recognition probability will be 70% without chance (probability model, not probability field). SSCAMIP Version 2009 V50 Recognition = 15.0 2.3 x 2.3 meter NATO standard target (stationary, full frontal view) Target intrinsic reflectivity = 40% Background intrinsic reflectivity = 20% No Contrast Enhancement Non-turbulent Conditions Cn2 = 1.0 e-15 Display Brightness 20 Ft-L Minimum Frame Rate 30 Hz Q2. pg. 11; para 3.4.4.1 Night Recognition Range A2. SSCAMIP and NVTHERMIP 2009 input parameters will be provided in the final version of the system performance specification. The following values may be utilized in the interim. Target recognition probability will be 70% without chance (probability model, not probability field). NVTHERMIP 2009 V50 Recognition = 15 (variable gain) 2.3 x 2.3 meter NATO standard target (stationary, full frontal view) RSS ΔT = 1.25 Kelvin Non-turbulent conditions Cn2 = 1.0 e-15 Scene Contrast Temperature = 3.75 Kelvin Weather conditions for TTP modeling are defined as the provided band averaged atmospheric transmission as a function of range yielded by the MODTRAN atmospheric code. If a CO 2 notch is employed, a filter blocking the 4.1-4.4 μm (nominal) spectral region must be accounted for. It is required that the most appropriate of these three be used in the prediction of range performance using the NVTHERMIP 2009 model. Non-turbulent conditions are defined as a Cn 2 value of 1.0 e-15. Fair Weather Atmospheric Transmissions Fair Weather Alpha = 0 CL = 0 Range (km) CDI (0.4-0.7 µm) SWIR (0.9-1.7 µm) MWIR (3-5 µm) MWIR w/CO2 Notch LWIR (8-12 µm) 0 1 1 1 1 1 1 0.825 0.721 0.599 0.7837 0.782 2 0.693 0.631 0.514 0.6911 0.675 3 0.584 0.565 0.457 0.6230 0.594 4 0.494 0.513 0.413 0.5683 0.527 5 0.419 0.468 0.378 0.5224 0.472 7 0.305 0.396 0.321 0.448 0.38 9 0.223 0.340 0.278 0.3893 0.31 12 0.143 0.273 0.227 0.3206 0.231 17.5 0.066 0.188 0.163 0.2317 0.137 Q3. pg. 16; para. 3.8.4 LRF Range- "X km visibility day" A3. Visibility = 7km MODTRAN Mid-Latitude Summer Rural Aerosol Model No Rain or Clouds Solar Background Ma = 2 Q4. pg. 16; para. 3.8.4 Did you mean 10% instead of 20% for target reflectivity? A4. That is correct; the target reflectivity should be 10% (Lambertian) instead of 20%. Q5. pg. 17; para. 3.9.2 Laser Designator Range- "X km visibility day" A5. Visibility = 7km MODTRAN Mid-Latitude Summer Rural Aerosol Model No Rain or Clouds Solar Background Ma = 2 Q6. pg. 17; para. 3.9.2 Did you mean 10% instead of 20% for target reflectivity? A6. That is correct; the target reflectivity should be 10% (Lambertian) instead of 20%. Q7. pg. 7; para. 3.2.1.3.4 "What video formats can the THS v2 accept? Please provide ICD for THS v2" A7. Sources: http, UDP, and files Containers: MP4, MPEG-TS, MPEG-PS, WebM, Matroska, MP3 (audio), Ogg (audio), WAV (audio), FLV, ADTS/AAC (audio) (not in an MPEG-TS, though) Formats: Device-dependent since it does hardware decoding but most commonly supported are H.263, H.264 AVC Baseline Profile, H.264 AVC Main Profile, H.265 HEVC (Android 5.0+ usually), MPEG2 SP, VP8 (Android 4.3+ usually), VP9 (Android 4.4+ usually) Q8. pg. 18; para. 3.9.6 Would you want the laser containment range to be 90% at 5km - threshold day range rather than 2km? A8. Yes, laser containment should be 90% (assuming beam is normal to the target surface) at 5 km (threshold day) on a 2.3 x 2.3 meter target. This requirement is subject to change based upon the upcoming future release of Edition C to the NATO STANAG 3733. Q9. Please confirm that submissions with proprietary date need to be mailed through the US Postal Service to Tammy Wright. A9. Respondents may submit information they deemed priopertary thru the AMRDEC SAFE electronic repository or hard copy via US Postal Service, with email notification to Tammy Wright ( tammy.wright@usmc.mil ) advising hard copy submission.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-18-R-1321/listing.html)
- Place of Performance
- Address: TBD, Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN04797919-W 20180126/180124231026-ee473441f4e5cc331c4792f7f3db1ded (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 |