Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2020 SAM #6670
SOURCES SOUGHT

58 -- Second Generation Forward Looking Infrared Sight Assemblies and associated hardware

Notice Date
3/2/2020 9:56:14 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-ABERDEEN PROVING GROUNDS CONT C ALEXANDRIA VA 22331-0700 USA
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-20-R-C002
 
Response Due
4/10/2020 12:00:00 PM
 
Archive Date
04/25/2020
 
Point of Contact
Michael Sampson, Sabin A. Joseph
 
E-Mail Address
michael.a.sampson18.civ@mail.mil, sabin.a.joseph.civ@mail.mil
(michael.a.sampson18.civ@mail.mil, sabin.a.joseph.civ@mail.mil)
 
Description
The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir is conducting market research on behalf of the US Army Product Manager, Ground Sensors, in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this Market Research is to identify potential sources that have the skills, experience, knowledge, and capabilities required to manufacture and deliver the following Horizontal Technology Integration (HTI) Second Generation Forward Looking Infrared (2GF) Systems and Components.� The HTI 2GF program provides night vision and targeting capabilities for the Abrams tank platform for both US domestic fleet and FMS customers.� Unique components, sometimes known as A-Kits, are integrated into the multiple variants of the Abrams tank platform. These items are procured and provided separately to tank plant for new Abrams production and spares for fielded systems. The Government anticipates procuring a total of approximately 100-400 Sets of the listed equipment per year for several years with additional needs for long term sustainment.� Respondents are encouraged to submit a white paper if they are capable of producing or can become capable of producing any of the following six (6) items.� The ability to produce all items is not required in order to respond to this RFI.� Items produced must be Form, Fit, and Function equivalent, however internal workings of the system may differ from currently produced items.� If a vender believe that they can produce Depot Level Repairable Units or Shop Replaceable Units, but not a full end item, the Government would be interested in knowing this capability as well, and venders are encouraged to respond. � 1. Commander�s independent thermal Viewer (CITV) � 2. Azimuth Drive (Az Drive) � 3. Servo Electronics Unit (SEU) � 4. Armor Caps � 5. Armor Rings � 6. Thermal Receiver Unit (TRU) Performance Specification Requirements - The following list contains Performance Specifications that suppliers will need to meet in order to be considered fully qualified for each of the items: � 1. MIL-PRF-A3271804B Performance Specification for the Block 1 B-Kit � 2. MIL-PRF-12987771A Performance Specification for the Block 1 Commander�s Independent Thermal Viewer � 3. MIL-PRF-12987773B Performance Specification for the Block 1 Thermal Receiver Unit (TRU) � Interface Control Documents - The following list contains Interface Control Documents that suppliers will need in order to meet to be considered fully qualified: � 1. A3298946F: Interface Control Document for the 2GF Block-1 B-Kit � 2. 19200-12991282B:� Interface Control Document for the Block 1 2GF FLIR CITV � 3.�19200-12987745 Interface Control Document for the Horizontal Technology Integration Program Block 1 Thermal Imaging System (Block 1 TIS) � Technical Data Availability The Government has technical data available to assist in the production of the items listed above.� A summary of what technical data is available for the various items is shown in Attachment 0001.� Companies wishing to obtain specific technical data should contact the Contract Specialist and Contracting Officer listed in this RFI.� In the event of a production contract, the software and firmware for internal CCAs will be provided as Government Furnished Information, however it will not be released for this sources sought posting.� The minimum requirements to request the technical data are as follows: � 1. SECRET or better clearance is required.� � 2. Signed Non-Disclosure Agreement with the Government � 3. US Citizen For any questions regarding the above technical data or to request information included in Attachment 0001, please contact the below POCs.� Requests will only be honored if made at least 15 calendar days prior to RFI end date.� Clearance status will be validated prior to providing technical data. Security contacts for clearance validation must be provided with the request for technical data. Michael Sampson, Contract Specialist Email: michael.a.sampson18.civ@mail.mil Sabin Joseph, Contracting Officer� Email: sabin.a.joseph.civ@mail.mil Please note that foreign participation in this RFI is excluded. SECRET Clearance is required. No classified information will be provided as part of this RFI, however, in the event of any subsequent Request for Proposal or Request for Quotation, classified information may become part of that solicitation and will be required as part of any resulting contract.� Viewing Room Items are listed in this RFI have been previously produced.� Interested parties may contact the listed Point of Contacts to request a viewing of the physical hardware and the next higher level assemblies at Tobyhanna Army Depot (TYAD), PA.� The viewing will take place on 18 March 2020.� In order to participate in the viewing, a request to participate must be received NLT 8:00 AM EDT 11 March 2020.� Upon receiving confirmation to participate, TYAD visitor paperwork will be provided and must be returned NLT 3:00 PM EDT 13 March 2020.� Please note the following additional information regarding the viewing. � (1) Attendee(s) must be US Citizen(s) � (2) No pictures are to be taken, no camera equipment allowed � (3) Participation in viewing is limited to two (2) personnel from each company � (4) Measurement tools will not be provided. However, visitors can bring their own hand held measurement tools � (5) Electrical interrogation is not allowed (I.e. no volt meters, oscilloscopes, data capture, etc�) � (6) Engineers will be on hand to answer relevant questions. � (7) Viewing Room location: Tobyhanna Army Depot� 11 Hap Arnold Boulevard Tobyhanna, PA� 18466 � (8) All personal are to check in at the TYAD visitor center for a visitor badge.� A representative will accompany you to a conference room for a short presentation prior to viewing hardware.� � (9) The request for viewing and request for technical data are independent.� A request for technical data does not constitute a request to participate in the viewing. Sources responding to this Request for Information (RFI) are requested to provide answers to the following questions with as much detailed information as possible: 1. Brief summary of the company Company Information Company Name: Company CAGE Code: Company DUNS Number. If your Company holds a GSA Schedule contract (541 or other), please provide the Schedule number Company: Address Company Phone # Company email: Company Representative and Business Title: Company Socioeconomic Classification -- (Small Business (SB), (8)(a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operated(VOSB), Service-Disabled Veteran-Owned, (SDVOSB), or Historically Underutilized Small Business-Zone (HUBZone), Historically Black College and Universities/ Minority Institutions (HBCU/MI)): 2. Please identify which requirements and the percentage of the work, by requirement, your company can provide.� � 3. Describe qualifications in building and testing Thermal Imaging systems and Infrared Technology, Electo-Mechanical controllers, positioning systems and/or military grade armor. Include qualification testing, Environmental Stress Screening, and typical lot and/or Acceptance Testing. � 4. Identify if the information provided in this RFI, including technical data listed in Attachment 0001, is sufficient to build the items requested?� If not, identify what additional information you need to deliver the requested items. � 5. If information identified in the previous question cannot be provided by the Government, describe your company�s ability to re-produce the missing information using physical hardware.� � 6. Describe an execution plan to producing first articles, qualifying items, and entering full rate production. At a minimum the plan should include: � � a. A detailed timeline from theoretical contract award to delivery of full rate production items.� Within the timeline, please include major milestones of first articles, contractor qualification testing, transition to full rate production and first article testing. �� � b. Any major capital purchases, key tests, engineering and documentation required to produce requested items.� � c. Any Government Furnished Equipment, Government assisted testing or Government facilities required. � � d. A risk assessment for each item your company believes they can produce. � e. Ramp rate and maximum monthly capacity for each item your company believes they can produce. � f. Estimated lead time for new orders after qualification. � g. Rough order of Magnitude (ROM) costs for Non-Recurring tasks to set up and qualify first article.�� Please separate cost estimates by major milestones, key events, and key equipment purchases.� � h. Plan to reverse engineer or re-produce the missing information listed in question 4.� � 7. Identify sources of supply for any components or assemblies for which you are likely to subcontract production. Standard off the shelf components, such as catalog items, do not need to be addressed. � a. What are the supplies being subcontracted? � b. Will any SBs be the supplier, if so what percentage will be supplied by SBs? � 8. Will any of your manufacturing, assembly, or engineering be accomplished outside the USA?� If so, please provide details on how you will keep this program International Trade in Arms Regulations compliant. 9. �Describe your company�s approach to manage and mitigate obsolescence. At a minimum include the following: � a. Obsolescence tracking and industry monitoring � b. Assessment if the current design is producible without additional design work � c. Potential issues ordering long lead or custom items � d. Capability to redesign out obsolete components and produce and qualify a replacement item. 10. �Provide a Rough Order of Magnitude (ROM) unit cost of each item which you wish to produce at the below quantity range bins. �If separate Non-Recurring Engineering (NRE) costs are required, as per question 6 please provide an estimated cost for the NRE broken down into what your company believes are logical decision points from the execution plan. If NRE is to be amortized across a buy it may be included here with explanation. � a. 10-25 � b. 26-50 � c. 51-100 � d. 101-200 � e. 200+ 11. Items listed are interact with other components on the Abrams Main Battle Tank platform.� Any resulting contract may require assistance with interoperability testing.� Describe any support and testing military infrared sensors and/or electromechanical controllers which your company can provide.� 12.� Please provide the requested information for up to five (5) relevant projects your company/team has performed within the past five (5) years. For each project, provide responses to the�set of�questions below.� � a. Agency/Customer: � b. Project Name: � c. If you have experience as a prime contractor, please provide: ��� 1) Number of task orders you were prime on ��� 2) Contract number(s) � d. 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. � e. Aggregate dollar value of entire contract � f. Aggregate dollar value of task orders you were the prime on � g. How is the work similar in scope to that of the above performance capabilities and attributes? � h. Period of Performance (for base and options) � i. Were you the Prime or Subcontractor? � j. % of Work Performed and % of work Subcontracted � k. Description of Work Performed to include manufacturing and support services � l. Security Clearance Requirements (number of personnel and level of clearance and/or designation) � 13. �Is your company planning on making business arrangements/issuing subcontracts, proposed joint ventures, teaming arrangements, strategic alliances, and/or other business arrangements to satisfy these requirement with other companies? � a.��� If so, please describe the expected business arrangements and the process used in selecting members. � b.�� Identify each team member, the work performed and indicate each team member's size based upon the NAICS code of the work that the team member may perform. 14. �Does your company have a SECRET facility? 15. �Discuss existing production capacity, current utilization rates, test capacities, test utilization rates and how company resources could be utilized for this effort. �Include facilities size and location(s). 16. �Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 17. �Please provide Point of Contact information on all responses. QUESTIONS - 18-21 ONLY APPLY TO THE SMALL BUSINESS (SB) RESPONDENTS: In addition to the above, small businesses responding should provide the following information: 18. �If you identify your company as a Small Business or any of the SB subcategories above, then is your company interested in being a prime on this contract? 19.� If you are a small business and plan to be the prime, please explain how you will meet the limitations on subcontracting Clause 52.219-14? 20. As a SB under the current SB size standard, do you anticipate your company remaining a small business for at least the next three (3) years, under the stated NAICS code 334511? �(The Government will use this information to assist in determining if this effort is eligible as a small business set aside). 21. As a SB can your company sustain itself if not paid for 90 calendar days? The Government requests that interested parties with the capabilities to meet any of the above requirements should electronically submit White Papers of not more than twenty (20) pages, 8.5"" x 11"" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Responses to SB Questions 18 thru 22 are not counted in the above stated twenty (20) page limitation. Any information submitted by respondents to this sources sought notice is totally voluntary and at no cost to the Government. �This information will help the Government form its acquisition strategy. �All information received in response to this sources sought synopsis that is marked ""Proprietary"" will be handled accordingly. Responses will not be returned nor will receipt be confirmed. �No solicitation exists; therefore, do not request a copy of a solicitation. To request access to the technical data viewing room or to view the currently produced hardware, contact Contract Specialist Michael Sampson michael.a.sampson18.civ@mail.mil Responses are due no later than 3:00 PM EST (local time at Fort Belvoir, VA) on 10 April 2020. Email responses shall not exceed 9 Megabytes (MB). Responses received after this date and time may not be reviewed. �Please send responses electronically to: Michael Sampson, Contract Specialist, email: michael.sampson.civ@mail.mil Sabin A. Joseph, Contracting Officer, email: sabin.a.joseph.civ@mail.mil Contracting Office Address: Army Contracting Command, APG-Fort Belvoir 10205 Burbeck Road, Bldg 362 Fort Belvoir VA 22060-5811 Point of Contact (s): Michael Sampson, michael.a.sampson18.civ@mail.mil Sabin A. Joseph, sabin.a.joseph.civ@mail.mil Contracting Office Address: ACC-APG-Belvoir, ATTN: CCAP-CCV, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863 Place of Performance: PM Ground Sensors, 10221 Burbeck Road, Building 399, Fort Belvoir VA 22060-5806
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d324405208f34f74987e2a3699c8f6f5/view)
 
Record
SN05577552-F 20200304/200302230209 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.