Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 27, 2022 SAM #7636
SOURCES SOUGHT

A -- Novel Beam Directors

Notice Date
10/25/2022 1:58:37 PM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
US ARMY RAPID CAPABILITIES AND CRIT FORT BELVOIR VA 22060-5806 USA
 
ZIP Code
22060-5806
 
Solicitation Number
W50RAJ-23-RFI-NBD
 
Response Due
2/2/2023 12:00:00 PM
 
Point of Contact
Paul Kemp, Hillary S. Roy
 
E-Mail Address
paul.a.kemp5.civ@army.mil, hillary.s.roy.civ@army.mil
(paul.a.kemp5.civ@army.mil, hillary.s.roy.civ@army.mil)
 
Description
In support of Multi-Domain Operations (MDO), the Army Rapid Capabilities and Critical Technologies Office (RCCTO) seeks novel design concepts for electro-optical beam director gimbals that merge High Energy Laser (HEL) targeting capability with conventional targeting capability. Leap-ahead performance concepts are desired. Responses are due no later than 100 days from the publication of this RFI. The RCCTO desires to expand their awareness of this information and capability across the industry, including not only traditional defense contractors and large businesses but also small businesses, non-traditional defense contractors, and academic/research institutions. This is a Request for Information (RFI) only. This request shall not be construed as a solicitation announcement, invitation for bids, request for proposals, request for quotes, or an indication that the Government will contract for the items contained in this notice. Interested contractors are invited to provide responses to the RFI. Both large and small businesses, as well as academic institutions, are encouraged to respond. The information provided may be used by the Army in developing its acquisition strategy, statement of work/performance work statements, and/or statement of objectives. Interested parties are responsible to adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. The Government will not reimburse respondents for any cost associated with the submission of the information being requested or reimburse expenses incurred to the interested parties for responses. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. General Response Requirements: Interested parties may respond at either of the following assembly levels: Level 1: Beam Director Targeting Gimbal (complete gimbal system with processing and embedded sensors. Not to include cockpit displays and controls) Level 2: Targeting sensors (sensor and camera electronics only) Responses should include, but are not limited to, the following: Design concepts describing optical layout, mechanical and electrical, and processing. Schedule estimates with key milestones showing how long you require to design, prototype, and validate one (1) equipment set in an experimental demonstration testing environment. Identify key assumptions and Government Furnished Resources (GFR), if any, required to execute. Rough Order of Magnitude (ROM) cost to design, prototype, and validate one (1) equipment set. If your response is at Level 2 (camera/sensor level), include ROM for equipment sets 2-4. Indicate key technology enabling components, if any, that require advance development to realize your leap-ahead design concept. Include schedule and ROM cost estimates for any enabling components. Describe any internal investments planned to realize a successful effort. Indicate ROM estimates of any internal efforts by the prime or supply chain partners used to reduce/offset the total ROM estimates provided above. Key Characteristics: Key performance and feature characteristics are provided in Attachment 001, indicating specific data to be provided as contractor furnished information (CFI). Your response should address each of these attributes as a minimum. Key characteristics have been modeled based on mission needs and component technologies currently feasible to build. You should discuss designs and performance metrics within your capability to attain. Technology Considerations: Technology considerations to be included in your design concept evaluations are provided in Attachment 001. These are areas considered to be pivotal enablers in achieving leap-ahead capability for future multi-mission beam director targeting systems. Your response should address each of these considerations/goals as a minimum. Recommendations: Based on your capabilities as sought above and your company�s understanding of the operating environment, provide any additional recommendations you believe the government should consider. Please highlight unique capabilities that make your concepts stand out. Notice: Respondents are cautioned that Government support contractors may serve as non- Government advisors providing support and/or review of any submittals in response to this RFI. These individuals will be authorized access only to those portions of the submission necessary to enable them to perform their respective duties. Such firms are expressly prohibited from competing on the subject acquisition. Submissions in response to this RFI constitute approval to release submitted information to Government support contractors. All support contractors will comply with procurement Integrity Laws. Provide Company information to include: Name, Mailing Address, and CAGE Code (if available). Business Size Status for the North American Industry Classification System (NAICS) code of this RFI. Technical and Business Points of Contact to include: Telephone Numbers and Email Addresses. Indicate whether your company is a Large Business, Small Business, or Academic Institution Indicate whether your company is a non-traditional defense contractor (*see definition below). If your company's proposed approach has been proposed to or previously funded by any federal agency, identify each specific agency and all applicable contract/agreement numbers. All interested parties should submit a capabilities statement with a maximum of ten (10) pages. Analysis backup data such as NVIPM input/output runs, HELCOMES input/output runs, drawings, and other optical or electrical analysis references used to establish proposed performance metrics may be attached as a �backup data� appendix exceeding the 10-page limit. *Non-traditional defense contractor is defined in 10 U.S.C. � 3014 as an entity that is not currently performing and has not performed, for at least the one-year period preceding this RFI, any contract or subcontract for the Department of Defense that is subject to full coverage under the cost accounting standards prescribed pursuant to section 1502 of title 41 and the regulations implementing such section. Submissions must be submitted no later than 15:00EST 100 days after release of this publication via email to Hillary Roy at hillary.s.roy.civ@army.mil and Paul Kemp at paul.a.kemp5.civ@army.mil. All submissions shall be clearly marked ""Capabilities Statement for Army RCCTO Novel Targeting Gimbal Prototypes"". Only UNCLASSIFIED Capabilities Statements will be accepted. The Government does not intend to publish any questions or comments received as a result of this announcement. Telephone inquiries regarding this RFI will not be accepted. However, responders may submit limited technical questions for clarification purposes via email within 40 days of release of this RFI publication to hillary.s.roy.civ@army.mil and paul.a.kemp5.civ @army.mil. All questions may not be answered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aa0ffb7fc2a84e9b8b2d8281a912960d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06502451-F 20221027/221025230101 (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.