SOLICITATION NOTICE
A -- Next Generation Speed of Light Sensors
- Notice Date
- 4/26/2023 8:27:23 AM
- Notice Type
- Presolicitation
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- FA7022 AMIC DET 2 OL PATRICK PKA PATRICK SFB FL 32925 USA
- ZIP Code
- 32925
- Solicitation Number
- FA702223RSOLS
- Response Due
- 6/9/2023 2:00:00 PM
- Point of Contact
- James Pattullo, Phone: 3214944812
- E-Mail Address
-
james.pattullo@us.af.mil
(james.pattullo@us.af.mil)
- Description
- This is a REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide the Air Force Technical Applications Center (AFTAC) with Speed of Light (SOL) next generation sensor research and development technology projects. The information provided in the RFI is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as a commitment or authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. 1.�� �Description 1.1.�� �AFTAC is conducting market research to requesting information on research and development for Speed of Light (SOL) next generation sensors in support of National Technical Nuclear Forensics (NTNF). 1.2.�� �This is a Request For Information (RFI) only. This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This RFI does not commit the Government to contract for any supply or service. Further, AFTAC is not seeking proposals and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested parties' expense. Not responding to this RFI does not preclude participation in any future solicitation or RFP. The following information is provided to assist market research of industry to identify sources of research and development that meet the Government's requirements. In the event of a formal solicitation announcement, it will be issued via SAM.GOV. It is the responsibility of respondents to monitor the website for any information that may pertain to this RFI. The information provided in this RFI is subject to change and is not binding on the Government. All those engaged in related research & development activities from capable and qualified sources are encouraged to respond. Responses are not limited to commercial entities for profit. Government, Universities, Industry, Academia, Non-Profit, Federally Funded Research and Development Centers (FFRDCs), For Profit Research Labs, and other interested parties are encouraged to respond. 2.�� �Background 2.1.�� �AFTAC supports the National Technical Nuclear Forensics (NTNF) mission. The NTNF leverages AFTAC to detect, identify, and characterize nuclear events and to report nuclear forensic information to national authorities. It provides the ability to collect, process, transmit, and analyze nuclear weapons explosion forensic data phenomena. The phenomena are collected via SOL sensor technologies (gamma, EMP, RF and optical teller light). The term �prompt� refers to the timing of the phenomena generated by the nuclear event and not the responsiveness of the analysis process or resulting reporting products. The Nuclear Detection (NUDET) phenomena are transient and must be collected immediately before they dissipate. The collected forensic data is then transmitted near real-time to the AFTAC for analysis and reported to national command authorities through approved reporting procedures. 3.�� �Purpose 3.1.�� �The purpose of this RFI is to identify technical solutions for next generation Speed of Light (SOL) sensors, that can collect, characterize, and transmit nuclear weapons detonation phenomena in the electromagnetic spectrum (gamma, EMP, RF and optical teller light). 4.�� �Requested Information (Requirement) 4.1.�� �Respondents shall describe how their technical solution could successfully fulfil the requirements. Research and development project concepts for next generation SOL sensors, that can collect, characterize, and transmit nuclear weapons detonation phenomena in the electromagnetic spectrum (gamma, EMP, RF and optical teller light). The sensor design can be an original concept or the utilization and/or modification of ubiquitous commercial or Government technologies for the purpose of collecting the phenomena to produce a Reaction Time History (RTH). RTH - Nuclear reactions within the bomb that manifest as electromagnetic spectrum emissions over time. There should be a concentrated emphasis on sensor form, fit function characteristics. Specifically, 1) decreasing form: shape, size, dimensions, mass, weight, and other physical parameters of the hardware, and language and media for software, 2) increasing or simplifying fit: the ability of an item to physically interface or interconnect with or become an integral part of another item, 3) increasing function: the action(s) and/or quality for which an item is designed to perform. Design concept should attempt to reduce use of materials and parts with low availability, limited vendors, and custom/proprietary parts or software. Unmanned sensor requirements include high operational availability, significant remote maintenance/calibration capabilities, limited physical preventative maintenance, and should be ruggedized to withstand a broad range of environmental conditions that include exposure to high and low temperatures, solar radiation, rain, wind, snow, humidity, fungus, salt, and dust. �Platform: Technology concepts are encouraged to explore various deployment platforms (ground, air, space) that would meet the above requirements, improve performance, and increase coverages for collecting nuclear weapons detonation phenomena in the electromagnetic spectrum for characterization of RTH. 4.2.�� �Respondents shall provide schedule outlines and cost estimates. 5.�� �Additional Requested Information 5.1.�� �Include company information, which includes: 5.1.1.�� �Name of Company 5.1.2.�� �Point of Contact 5.1.3.�� �Address 5.1.4.�� �Type of Organization 5.1.5.�� �Size and Level o Facility Clearance 5.1.6.�� �CAGE Code 5.1.7.�� �DUNS (if applicable) 5.1.8.�� �SAM UEI 5.2.�� �The associated North American Industry Classification System (NAICS) code is 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). Based on a size standard of 1,000 employees. Firms responding must state whether they are a Large Business (LB), or a Small Business (SB). SB includes Women-Owned Small Business (WOSB), Economically Disadvantaged Women� Owned Small Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/Ml), an 8(a) firm, an Indian Tribe, or Alaskan Native Corporation, a HUBZone firm, a Veteran-Owned Small Business (VOSB) concern, or a Service-Disabled Veteran-Owned Small Business (SDVOSB). ""Small business concern"" means a concern including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts and qualified as a small business under the criteria and size standards in 13 CFR Part 121. A small business concern for the purposes or this procurement is generally defined as a business, including its affiliates, averaging no more than 1,000 employees. Respondents are cautioned however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at https://www.acquisition.gov. The Product Service Code: AC33 - National Defense R&D Services; Defense-related activities; Experimental Development and the Place of Performance is USA. 5.3.�� �If you identify your company as a Small Business or any of the SB subcategories as stipulated above, is your company interested in a prime contract for the requirement? 5.4.�� �Is your company planning on business arrangements with other companies? Please list the process used in selecting the members. 5.5.�� �Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances or other business arrangements to satisfy requirements. Respondents are encouraged to identify teams indicating each team member's size based on the NAICS code of the work that the team member may be doing. 5.6.�� �Is your company currently providing similar services to another Government agency (you may also include contract numbers for Government) or other non-Government customers? If so, please identify the agency or non-Government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. 5.7.�� �Has your company performed this type of effort or similar effort (to include size and complexity) in the past? If so, please provide contract number, Point of Contact (POC), e-mail address, phone number and a brief description of your direct support for the effort. 5.8.�� �What are the core competencies of your employees that would support the needs of the requirement? Also, provide the total number of individuals currently employed by your company that can support the requirement. 5.9.�� �Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 6.�� �Responses 6.1.�� �Interested parties are requested to respond to this RFI regarding the information in the description above. Provide a technology overview of the proposed R&D next generation SOL sensor technology concept in response to the description of the requirement. 6.2.�� �The requested information should be submitted electronically in Adobe Portable Document Format (.pdf) or Microsoft Word (.docx) format. When printed onto single-sided letter-size sheets the submitted information should not exceed six (6) sheets. Do NOT submit CLASSIFIED information on an UNCLASSIFIED network. If the technical response contains CLASSIFIED information see section for Classified Information, below. 6.3.�� �CLASSIFIED INFORMATION: If the RFI response contains classified information (up to SECRET), the method of delivery is SIPR email to the Program Manager, Laurie Henry at laurie.m.henry.civ@mail.smil.mil. 6.4.�� �Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED and completely separated. Be advised that no submissions will be returned. The Government will dispose of any submissions at the discretion of AFTAC. 6.5.�� �The response date for this RFI is 09 June 2023. No telephone calls will be accepted. All responses to the RFI shall be submitted via email to the Contracting Officer at james.pattullo@us.af.mil. The Contracting Officer must be addressed in the email submission. 6.6.�� �Prospective respondents are advised that ONLY a Government Contracting Officer is legally authorized to commit the Government. 6.7.�� �The Government reserves the right to review late submissions but makes no guarantee to the order or possibility for review of late submissions. The only method of transmittal is the e-mail addresses provided. 6.8.�� �Respondents shall not be obligated to provide the services described herein and it is understood by the Government, that the cost estimates provided are ""best� estimates only. 7.�� �Questions 7.1.�� �Questions regarding this announcement shall be submitted in writing via e-mail to james.pattullo@us.af.mil. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7719c7facadc406bbcad5b7d26aa9ef9/view)
- Place of Performance
- Address: Patrick AFB, FL 32925, USA
- Zip Code: 32925
- Country: USA
- Zip Code: 32925
- Record
- SN06662772-F 20230428/230426230105 (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 |