SOURCES SOUGHT
99 -- Third Generation Forward Looking Infrared B-Kit
- Notice Date
- 3/26/2020 10:42:18 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-C019
- Response Due
- 4/27/2020 11:00:00 AM
- Archive Date
- 05/12/2020
- 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 Division 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 Third Generation Forward Looking Infrared (3GEN FLIR) B-Kits under a Full Rate Production (FRP) contract.� The 3GEN FLIR program is currently in the Engineering and Manufacturing Development (EMD) Phase of the Acquisition Life Cycle.� Upon the completion of the EMD Phase and entrance into the Production and Deployment Phase, the US Army plans to award an Low Rate Initial Production (LRIP) contract for 3GEN FLIR B-Kits.� Following this LRIP contract, the US Army intends to compete a Full Rate Production (FRP) contract, if competition can be established.� During FRP, the US Army plans to procure over 9,000 B-Kits.������� The 3 GEN FLIR B-Kit comprises a set of common assemblies, including the Dewar Cooler Bench (DCB) (provided as Government Furnished Equipment), optics (afocal, imager, etc.), and circuit card assemblies (CCAs). The B-Kit optics collect radiated energy in the Midwave (MW) and Long Wave (LW) infrared bands across four Fields of View (FoVs) and focuses it onto a staring Focal Plane Array (FPA) housed in the DCB.� The B-Kit components are intended to be interchangeable Shop Replaceable Units (SRUs) to maximize economies of scale similar to the 2nd GEN FLIR B-Kit.� The 3GEN FLIR B-Kit provides the ability to detect threats at greater distances over a full spectrum of environmental and battlefield conditions. 3GEN FLIR enhances the platform's effectiveness and survivability by providing greater situational awareness promoting combat effectiveness and reducing fratricide.�� The 3GEN FLIR B-Kit will replace the legacy 2GF B-Kit on the Abrams M1A2 System Enhancement Program (SEP) V3 and be used in future Army combat vehicles. Please note the following: Foreign participation is excluded. SECRET Clearance is required. No classified information will be provided as part of this Request for Information (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 potential future contract. The US Army has a significant amount of technical data available, in the form of a Technical Data Package, to assist in establishing the design and to support production; however, there will be gaps in the technical data.� For example, the US Army will not be able to provide technical data related to certain image processing algorithms and mechanical control actuation system algorithms.� The US Army would provide the complete software in executable code with a large portion of the software also in source code. This RFI will be used to seek potential sources interested in competing to establish the design of the 3GEN FLIR B-Kit, build test B-Kits, complete qualification of the B-Kit, and prepare for production.� ��� Sources responding to this 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 GSA 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. 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. 3. What additional information aside from the Performance Specification and Interface Control Document would be required to manufacture and deliver 3GEN FLIR B-Kit SRUs? 4. 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. 5. Describe an execution plan to establishing a baseline from the Technical Data Package provided, producing first articles, qualification testing, and preparing for production. At a minimum the plan should include: a. A detailed timeline from theoretical contract award, through establishing a baseline design, building units for qualification testing, completion of qualification testing, and delivery of up to sixteen (16) 3GEN FLIR B-Kits for integration into a combat vehicle.���� b. Any Government Furnished Equipment, Government assisted testing, or Government facilities required.� c. A risk assessment for execution of the effort. d. Rough order of Magnitude (ROM) costs for the complete effort to include Non-Recurring tasks to set up and qualify first articles; complete major milestones, key events, and key equipment purchases; and recurring costs for quantity 16 3GEN FLIR B-Kits.� e. Plan to reverse engineer or re-produce the missing information listed in question 4.� 6. 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 (ITAR) compliant. 7. Provide the requested information for up to five (5) 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, provide as much of the following information as possible: ���� 1). Number of task orders you were a prime Contractor ���� 2). Contract and Task Order 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. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar items commercially. � e. Aggregate dollar value of entire contract � f. Aggregate dollar value of task orders you were the prime on � g. 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 (by approximate dollar value) � k. Description of Work Performed � l. Security Clearance Requirements (number of personnel and level of clearance and/or designation) 8. Is your company planning on business arrangements with other companies? If so, please describe the process used in selecting members. 9. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, and/or other business arrangements to satisfy these requirements. Responders 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. 10. What are the core competencies of your employees that would support these requirements? Also, please provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 11. Does your company have a SECRET facility or access to one should it be required? 12. Do all of 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? 13. Please provide your current facility size to include storage capabilities. 14. Discuss existing production capacity. If you do not currently have a production line what quantities are required to start one and keep it running. Additionally, what quantities per year are necessary to maintain the industrial base? 15. Describe how you will either produce or subcontract for each component or assembly. Please identify sources of supply for any components or assemblies for which you intend to subcontract production.� Will any of your manufacturing and assembly be accomplished outside the USA?� If so provide details. 16. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 17. Please provide the following Point of Contact information on all responses: QUESTIONS 18 - 20 ONLY APPLY TO THE SMALL BUSINESS RESPONDENTS (the responses to the questions for SB Offeror�s will not count towards the page limit): In addition to the above, small businesses responding should provide the following information: 18. If you are a small business and plan to prime please inform how you will meet the limitations on subcontracting Clause 52.219-14. 19. �Under the current SB size standard, do you anticipate your company remaining a small business for at least the next three 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. 20. If you are a small business, can your company sustain if not paid for 90 calendar days? 21. The Government requests that interested parties with the capabilities to meet 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 Small Business Questions 20 thru 24 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. Responses are due no later than 2:00 PM EST (local time at Fort Belvoir, VA) on 27 April 2020. Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. �Send responses electronically to: Point of Contact (s): Sabin A. Joseph, sabin.a.joseph.civ@mail.mil Michael Sampson, michael.a.sampson18.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/4385beeaed4d442a896c6e3c2035716a/view)
- Record
- SN05602111-F 20200328/200326230151 (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 |