SOURCES SOUGHT
59 -- Advanced Light Detection and Ranging (LiDAR) Manned and Unmanned Payloads
- Notice Date
- 4/16/2018
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 10205 Burbeck Road, Building 362, Fort Belvoir, Virginia, 22060-5863, United States
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY-18-R-G013
- Archive Date
- 5/30/2018
- Point of Contact
- Tony D. Adams, Phone: 7037040849, Danny W. Lester, Phone: 7037040818
- E-Mail Address
-
tony.d.adams10.civ@mail.mil, danny.w.lester.civ@mail.mil
(tony.d.adams10.civ@mail.mil, danny.w.lester.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DEPARTMENT OF THE ARMY RESEARCH, DEVELOPMENT, & ENGINEERING COMMAND COMMUNICATIONS-ELECTRONICS RESEARCH DEVELOPMENT AND ENGINEERING CENTER, AIR SYSTEMS DIVISION (ASD) 10221 BURBECK ROAD FORT BELVOIR, VIRGINIA 22060 16 April 2018 RE: W909MY-18-R-G013 Request for Information Announcement - Advanced Light Detection and Ranging (LiDAR) Payload for Manned and Unmanned Airborne Platforms REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION: The Government is not obligated to make an award as a result of this request. This RFI is for market research and informational purposes only in accordance with FAR 15.201(e). This announcement is not a Request for Proposal (RFP) and should not be construed as an RFP. This notice does not constitute a solicitation for bid or proposals. The Government is not obligated to, and will not pay for information and materials received in response to this RFI Announcement. Any information submitted by respondents is strictly voluntary. Not responding to is RFI does not preclude participation in any future RFP, if any is issued. The information provided may be used by the Army in developing a future acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). INTERESTED PARTIES ARE RESPONSIBLE FOR ADEQUATELY MARKING PROPRIETARY OR COMPETITION SENSITIVE INFORMATION CONTAINED IN THEIR RESPONSE. NOTE: The use of RFI Number W909MY-18-R-G013 is for tracking purposes only. All interested parties are encouraged to respond in accordance with the below instructions. The ideas presented in your submission will be discussed and assessed by U.S. Army RDECOM U.S. Army Communications - Electronics Research, Development and Engineering Center's (CERDEC) Night Vision and Electronic Sensors Directorate (NVESD) and other Government agencies involved in defining this requirement. BACKGROUND: The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Belvoir Division is conducting market research on behalf of the U.S. Army CERDEC NVESD and the Air Systems Division, in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this RFI is to identify potential sources that have the skills, experience, knowledge, and capabilities required to understand and employ the LIDAR technology surrounding manned and unmanned airborne platforms. DESCRIPTION OF REQUIREMENTS: This is a Sources Sought Request for Information (RFI) Announcement. The United States Army Research, Development and Engineering Command (RDECOM), Communications and Electronics Research, Development and Engineering Center (CERDEC), Night Vision and Electronic Sensors Directorate (NVESD) is conducting continuing market research in order to determine the state-of-the-art for Advanced Light Detection and Ranging Systems (LIDAR) Payloads for US Army Manned and Unmanned Airborne Platforms, and identify potential business sources in order to support an Advanced Technology Demonstrator sensor prototype development. NVESD conducted preliminary market research in FY17 for LIDAR payloads, which incorporated initial design concepts and technical performance characteristics compatible with US Army manned and unmanned Intelligence, Surveillance and Reconnaissance (ISR) aircraft. In the current fiscal year, NVESD has revised the desired technical performance characteristics and generated a preliminary technical performance specification for a prototype sensor system development effort for the Enhanced Medium Altitude Reconnaissance Sensor System (EMARSS) in FY19-FY22. The Government envisions the development of the prototype sensor to occur according to the schedule provided in Appendix A. PURPOSE: NVESD is issuing this RFI to determine the state-of-the-art in Light Detection and Ranging (LIDAR) systems. The LIDAR system shall be capable of supporting mission planning (also referred to as tactical mapping), concealed target detection (Multi-Aspect FOPEN) and mapping missions. NVESD is interested in LIDAR systems components and concepts that are mature enough to enter an Advanced Technology Demonstrator prototype development phase beginning in FY19. This RFI notice and request is to support a prototype development program; however, developing towards a producible, affordable, sustainable, and reliable system to support the EMARSS Program of Record are important considerations for the Government. During this four (4) year technology development program the objective system must reach at least Technology Readiness Level (TRL) 6. To be considered responsive, every described system must address the threshold requirements as defined in the Advanced LIDAR Performance Specification Document provided in Appendix B. Where possible, responders are encouraged to strive for the objective level requirements. While describing your system concept, please include discussions on how you will ensure that your solution is producible, affordable, reliable, and interoperable with existing Army systems, with the priority on addressing the LIDAR performance, and system integration parameters. While the Enhanced Medium Altitude Reconnaissance Sensor System - Geospatial (EMARSS-G) aircraft is the preliminary focus for prototype development, the Government strongly desires a modularized capability where additional variants of the sensor payload can be built for application with the Army Gray Eagle / Extended Range Gray Eagle (GE/ER-GE) and Airborne Reconnaissance Low - Enhanced (ARL-E) aircraft. In addition, this RFI requests respondents' answer specific questions regarding their basic qualifications in developing or upgrading intelligence, surveillance, and reconnaissance (ISR) and/or LIDAR hardware and software. Associated technical performance data must be submitted in accordance with an attached system parameter technical data request sheet in Appendix C. Offerors are strongly encouraged to complete this data sheet with as much information as possible to inform the Government on the system design concept provided by the Offeror. REQUIREMENTS: The Army is seeking sources that have the existing capability or plans to develop and deliver LIDAR payloads with the characteristics meeting or exceeding those detailed below and in Appendix B: The LIDAR system shall consist of multiple Line Replaceable Units (LRUs) including but not limited to an Imaging Sensor Unit (ISU) and Storage and Processing Unit (SPU). The ISU consists of a housing that encloses sensor optics, focal planes and supporting electronics and a pointing and stabilization unit (e.g. stabilized turret, pod, and/or stabilized mirror). If the ISU requires an external electronics box, the external box must be included in the ISU weight calculations. The SPU refers to the storage and processing computer as well as the processing/exploitation algorithms running on the hardware. The SPU will also host the ISU's command, control and status software. Modularity and commonality in the LRUs between the air-vehicle designs is greatly desired, but subject to the constraints of the host air vehicle platforms. For unmanned systems all equipment must be hosted in a pod or gimbal mounted from a hard point location under the wing, while manned systems will permit installations in exterior sensor mounting points and processing and storage unit installation in existing interior rack space. Responders should include values for, and a discussion on, calculated measured number of points per second converted to final-product points per second. Please include all relevant data and metrics used to determine final-product points so that the government is able to validate and replicate your calculations (e.g. probability of detection (PDET), minimum number of detections (NDET), pulse-rate frequency (PRF), etc.). Please note where the requirements call for obscured vs unobscured terrain, and targeting mode vs mapping mode. Pending acquisition objectives include development efforts for the manned platforms EMARSS and Airborne Reconnaissance Low-Enhanced (ARL-E), and the unmanned platforms Gray Eagle/Extended Range-Gray Eagle. It is a requirement, that this payload be modular and compatible with an unmanned platform. When discussing their solution to this RFI, Offerors are requested to consider the EMARSS-G platform first, and the other two platforms second. Size, weight, and power (SWaP) and aerodynamic drag (represented primarily by diameters of the front cross-section for the unmanned systems) are major concerns. The weight requirements are given in the provided specifications, but the discussed payload should seek to minimize weight and drag wherever possible. The weights described for your solution should include the ISU, SPU, all needed packaging, cables, hardware, etc., and how the Offeror proposes to minimize SWaP. Please show a breakout of how the weight of your solution was estimated. If your solution is compatible with a gimbal(s), please describe the applicable gimbal(s) and demonstrate how your size and weight would be compatible. For the manned application, processing and other electronics can be assumed to be mounted inside the cabin as needed and consistent with the requirements in the Appendix B Specification. SPU solutions are requested and offeror submissions should include what solutions they have considered or currently possess, for the processing of raw sensor data into exploitable LIDAR data products. Responders should provide details on both their airborne and ground station processing solutions and any estimates of the time periods required for processing. The end state sensor payload prototype system must include all associated computing and processing capabilities necessary to generate LIDAR products for exploitation on the Distributed Common Ground Station - Army (DCGS-A) workstation environments. Offerors are advised that associated development of LIDAR processing algorithms will not be funded by the prototype sensor development program. Each vendor is requested to propose a build schedule, development cost, and technical risks involved in the design and build of their concept sensor system design. Offeror submissions are requested to discuss how they plan on modularizing their system, with emphasis on an EMARSS build, and their technical approach for each platform. Offerors are encouraged to consider reuse existing hardware, software, and processing capabilities from the PV Labs Look-Down-Gimbal (LDG), the General Atomics Standard Payload Interface Design and Integration (SPIDI) pod, and the Air Force Research Laboratory Agile Pod in the responses. Government developed pointing, stabilization, and processing hardware solutions exist, and additional information is available upon request in Appendix D. SUBMISSION CONTENT: Submissions will consist of two parts, completion and submission of the System Parameter Information Worksheet located in Appendix C and a white paper written submission. Written responses are requested to be no more than 40 single-spaced pages (exclusive of System Parameter Information Worksheet), 8.5x11 inch, and use 12 point Times New Roman font minimum. The response should include, but is not limited to, the following: (a) A summary of your company's capability to meet the specifications identified in the attachment to this announcement. I. A description of the Offeror's ISU solution. In this description discuss the details of the solution; be sure to address each of the requirements that are provided in detail. When discussing the offeror's system, take into account whether the threshold or objective requirements are met for each parameter. The government desires even small improvements past threshold even if not fully reaching the objective value, but the conceptual design must be credible, feasible and implementable within the program constraints imposed. Include a detailed discussion on the maturity and estimated TRL of the offeror's system and the major subsystems and/or major components (e.g. proposed focal plane arrays (FPAs), laser, etc.). Fully discuss the offeror's justification for this TRL rating and include discussion of the associated risks and risk mitigation strategies. ii. A description of the Offeror's SPU solution. The Government does not intend to fund the development of new processing algorithms, but Offerors are requested to provide information and describe their comprehensive proposed solution to this problem, with the Offeror's capability, approach, and TRL assessment. Responses to this section should focus on what capabilities the vendor possesses, and low SWaP solutions for hardware. iii. Provide weight estimations broken out by major components and/or subsystems. This should include an estimation of the final SWaP parameters of the proposed ISU and SPU. The total weight provided in the requirements must include both ISU and SPU. iv. Describe the costs and schedule required to develop the offeror's solution to TRL 6, with a justification for both. v. Offerors must describe their approach to modularizing their proposed solution. (b) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. (c) Any comments or questions on the draft specifications, need for Government furnished hardware, software, information (and associated need dates), or the program as a whole. (d) A company profile to include (this section will not count against the total number of pages provided above): I. Company name and address ii. Primary points of contact (including telephone number and email address) iii. Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service-disabled, veteran-owned, HUBZone, women-owned, etc.), number of employees iv. Cage Code, DUNS number, primary NAICS code v. Major products and past experience for LiDAR and ISR systems vi. If you have experience as a prime contractor, providing these types of capabilities (provide up to 5 Contract number(s) Identify the agency or non-government customer, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar items commercially. vii. Anticipated teaming arrangements, strategic alliances or other business arrangements to satisfy the requirements, including what percentage of this effort you plan to perform in house (not sub-contract out). viii. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? ix. Statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities x. In addition to the above, small businesses responding should provide the following information, responses will not count against the 40 page limit: (questions (xi-xiii) xi. If you are a small business and plan to prime, please inform how you will meet the limitations on subcontracting Clause 52.219-14. xii. Under the current SB size standard, do you anticipate your company remaining a small business, under the stated NAICS code 541712 xiii. If you are a small business, can your company sustain if not paid for 90 calendar days? Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information that has not been both properly marked and clearly identified. Information marked proprietary received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. To aid the Government in its review, please segregate proprietary information. The Government will be supported by Johns Hopkins University Applied Physics Laboratory (JHU/APL) in the development and RFI review process. Technical data may be shared with JHU/APL for the purposes of study and analysis. Each vendor must agree to JHU/APL participation and provide access to vendor supplied modeling worksheet and technical data to JHU/APL to permit analysis subsequent to submission. The submitters have the right to ask for a non-disclosure agreement (NDA) with JHU/APL, but the process of reaching any such agreement shall not impact the schedule of Government work activities. The data received in response to this RFI is for informational purposes only and does not mandate or impose requirements. It is desirable that data be received with unlimited rights to the Government. However, it is recognized that proprietary data may be included with the information provided. If so, clearly mark all proprietary information and mark any data subject to International Traffic in Arms Regulation (ITAR). After a review of the vendor applications, the government may invite candidates to brief their capability to support the selection process and/or invite candidates to demonstrate and experiment with their capability with the intent to accelerate the delivery of innovative capabilities. In addition, vendors may be selected for follow-on events at facility specific locations in support of future acquisition activities. All responses to this RFI shall be submitted by 15 May 2018. QUESTIONS TO THIS ANNOUNCEMENT: All questions pertaining to this announcement are due, in written form to the Contracting Office, no later than five business days prior to the close of this announcement. The Government gives no guarantee of timely response, but will answer on a best-effort basis. Therefore, the Government recommends that Offerors submit questions early in the process. Offerors should clearly mark any questions or material related to communications regarding this RFI notice as proprietary, if content warrants such a claim. Use the following format for your question submittals: 1. E-mail subject line should read "Advanced LIDAR RFI Question" 2. Submit questions in an organized manner directly in the e-mail text. Label each question with a general subject matter reference. 3. Keep questions brief and to the point. GOVERNMENT FURNISHED INFORMATION: **[SPECIAL INSTRUCTIONS]** Associated Government Furnished Information (GFI) will be provided only to interested parties once a CAGE code is verified. The Appendices to be provided are necessary to complete an acceptable response to this RFI. Interested parties should contact Stephanie Yohey (stephanie.p.yohey.civ@mail.mil), Andy Pogany (andrew.w.pogany.civ@mail.mil), and a courtesy copy to Tony Adams (tony.a.adams10.civ@mail.mil) via an e-mail with the subject line [LIDAR Appendixes--W909MY-18-R-G013] and provide the following information: 1. Email to Request and Receive Appendices with; 2. Contractor Name 3. CAGE code 4. Name of Requestor Do not send information marketing a company's capabilities. SMALL BUSINESS QUESTIONS: 1. Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 541710 - Research and Development in the Physical, Engineering, and Life Sciences, and its socioeconomic category. For more information, refer to http://www.sba.gov/content/tablesmall-business-size-standards 2. If your company is a large business please explain how you will utilize small businesses in meeting these requirements. Please include a realistic goal for work as derived from this RFI and indicate whether having socio-economic subcategory goals e.g. SDB, WOSB, EDWOSB, VOSB, SDVOSB, HUBZone, etc. is feasible. If so, include those goals. 3. If you identify your company as a small business or any of the small business subcategories above, then is your company interested in a prime contract? If so, does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide. 4. Under the current small business size standard, do you anticipate your company remaining a small business under the stated NAICS code 541710 - Research and Development in the Physical, Engineering, and Life Sciences? 5. If you identify your company as a small business or any of the small business subcategories above, is your company interested in being a prime on any potential future efforts? 6. If you are a small business and plan to be a prime for any future requirements, please provide information to show how you will meet the Limitations on Subcontracting clause, FAR 52.219-14. 7. If you are a small business, can your company sustain operations if not paid for 90 calendar days? 8. Provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the Government requirements. Vendors 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. Appendix A All applicants who provide a CAGE code will be provided the Advanced LIDAR Development Schedule. Appendix B All applicants who provide a CAGE code will be provided the Performance Specification Document. Appendix C All applicants who provide a CAGE code will be provided the System Parameter Information Sheet excel document. Appendix D All applicants who provide a CAGE code will be provided the Government developed pointing, stabilization, and processing hardware solutions information document.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/61053cee90a870aac8d904eb7bf5ea7d)
- Place of Performance
- Address: Not Yet Determined, United States
- Record
- SN04890953-W 20180418/180416230939-61053cee90a870aac8d904eb7bf5ea7d (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 |