SOURCES SOUGHT
99 -- Live Fire Test and Evaluation
- Notice Date
- 12/1/2020 4:29:21 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV21RWXYZ
- Response Due
- 12/9/2020 3:00:00 PM
- Archive Date
- 12/24/2020
- Point of Contact
- Mathew M. Stocker
- E-Mail Address
-
mathew.m.stocker.civ@mail.mil
(mathew.m.stocker.civ@mail.mil)
- Description
- U.S. ARMY GROUND VEHICLE SYSTEM CENTER (GVSC) Market Survey Questionnaire The United States Army, Army Contracting Command-Detroit Arsenal (ACC-DTA) is issuing this Request for Information (RFI) in support of the Combat Capabilities Development Command (CCDC). BACKROUND INFORMATION: Ground Vehicle Systems Center is the nation�s laboratory for developing advanced military ground vehicle technologies and systems engineering and integration expertise that delivers unmatched ground vehicle solutions in: Power and Mobility Autonomous Systems Force Projection Survivability Electronics and Architecture Cyber Engineering Software Integration INTENT: The intent of this request is to obtain information to below listed questions: What are your experiences with the development of Survivability and Test and Evaluation (T&E) documentation, blast analysis, lethality strategies, assessment plans, detailed test plans and Live Fire Test and Evaluation (LFT&E) in the areas of blast, ballistic exploitation, directed energy, crash, and rollover evaluation for military vehicles? � Describe your qualifications supporting Program Manager Mine Resistant Ambush Protected (PM MRAP), Family of Special Operations Vehicles (FOSOV), PM Armored Multi-Purpose Vehicle (AMPV), and GVSC Ground System Survivability (GSS) in conducting research and development and managing the test and evaluation programs at Government owned testing facilities such as Aberdeen Proving Grounds (APG) and Yuma Proving Grounds (YPG), and at private testing facilities such as the Nevada Automotive Test Center (NATC). � Please state your experience and knowledge of providing survivability, lethality, vulnerability, effectiveness and suitability testing and evaluation expertise.� Explain how that experience is used to conduct analysis of test events, along with any inputs obtained through modeling and simulation (M&S), to augment or interpret the results of those events. � Provide your modeling and simulation capabilities utilizing Modular Unix�-Based Vulnerability Estimation Suite (MUVES), Stochastic Analysis of Fragmentation Effects (SAFE), Advanced Joint Effectiveness Model (AJEM), Parametric Endo/Exoatmosheric Lethality Simulation (PEELS), and Enhanced Lethality End-Game Simulation (ELEGS) for use in the evaluations of system survivability.� Include other system-specific modeling and simulation capabilities utilized to evaluate survivability test events. In relation to all modelling and simulation capabilities addressed, please include information as to how the software was created and how it was validated to be accurate. Provide your experience in participating in the development and/or preparation of Early Strategy Reviews (ESR), Concept Initial Product Reviews (CIPR), Limited User Evaluations (LUE), Combat Evaluations (CE), Combat Mission Needs Statements (CMNS), Lens Charts, Rock Drills, System Evaluation Plans (SEP), Test and Evaluation Master Plans (TEMP), Operational Test Agencies (OTA) Evaluation Reports, and OTA Assessment Reports.� In addition, include experiences with complying with Army and DoD directives supporting the acquisition process (Milestones (MS) A through MS C) utilizing data from system test events, simulation, and analysis results. � Identify experience utilizing methods or procedures early in the procurement process that increased the robustness of development programs and minimized the requirement for expensive, redundant testing at later stages of programs. RESPONSES: Responses to all the questions of the survey are not required, please answer as many questions that are appropriate to your technology. Responses are requested no later than 30 days after announcement post. Response should not exceed thirty (30) pages. The Government will begin technology analysis following this submission period. Please address any questions regarding this market survey via email to mathew.m.stocker.civ@mail.mil and include name, phone, and email address for response. Please submit responses to mathew.m.stocker.civ@mail.mil.�You are requested to put ""LIVE FIRE TEST AND EVALUATION�MARKET SURVEY RESPONSE"" in the subject line of your email.� Participation in this market survey is completely voluntary. If the Government seeks additional information that is not included in a submittal, CCDC GVSC representatives may contact the participant for further information exchange. Information developed as part of this market survey will be shared with US Army Combat Capabilities Development Command (CCDC) subordinate commands, PM Stryker, and Other Government Agencies (OGAs) (e.g. Office of Naval Research, Marine Corps, etc.). PROPRIETARY STATEMENT: Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. Responses will be reviewed by Government personnel and/or contractor personnel from DCS Corporation. All Government and contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. GENERAL INFORMATION: The Government appreciates the time and effort taken to respond to this survey.� The Government acknowledges its obligations under 18 U.S.C. �1905 to protect information qualifying as �confidential� under this statute. [To avoid possible confusion with the meaning of the term �confidential� in the context of Classified Information,��we will use the term �PROPRIETARY.�] Pursuant to this statute, the Government is willing to accept any PROPRIETARY (e.g., trade secret) restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following:�� Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) �PROPRIETARY� with any explanatory text, so that the Government is clearly notified of what data needs to be appropriately protected.� � In marking such data, please take care to mark only those portions of the data or materials that are truly proprietary (over breadth in marking inappropriate data as �PROPRIETARY� may diminish or eliminate the usefulness of your response - see item 6 below).�Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. � The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain.� Data already in the possession of the Government will be protected in accordance with the Government's rights in the data. � Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the government, shall contain the �PROPRIETARY� legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. �Where appropriate for only portions of an electronic file, use the restrictive legends �PROPRIETARY PORTION BEGINS:� and �PROPRIETARY PORTION ENDS.� � In any reproductions of technical data or any portions thereof subject to asserted restrictions, the government shall also reproduce the asserted restriction legend and any explanatory text. � The Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain proprietary information may receive only limited or no consideration since the Respondent�s marking of data as �PROPRIETARY� will preclude disclosure of same outside the Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort.��The Government will use its best efforts to�evaluate those responses�that contain proprietary information without using support contractors consistent with the resources available. MISCELLANEOUS: THIS IS NOT A SOLICITATION FOR PROPOSALS.� This Request for Information (RFI) is for planning and informational purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services.� No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information.� No contract will be awarded from this announcement and the data submitted in response to this RFI will not be returned.� Information is being requested in order to make potential future requirements better for industry and the Government. Information provided should be limited to unclassified information. Please address any questions regarding this market survey via email to mathew.m.stocker.civ@mail.mil and include name, phone, and email address for response.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f194d97806324ba9bc1101a4897e06e6/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05864090-F 20201203/201201230142 (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 |