Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 02, 2024 SAM #8223
SOURCES SOUGHT

99 -- Second Generation Forward Looking Infrared Long Wave Technology Insertion

Notice Date
5/31/2024 5:25:44 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG CONT CT WASH OFC ALEXANDRIA VA 22331-0700 USA
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY24RC003
 
Response Due
6/30/2024 1:00:00 PM
 
Archive Date
07/15/2024
 
Point of Contact
Mark Bublak, Alexis Williams
 
E-Mail Address
mark.c.bublak.civ@army.mil, alexis.r.williams.civ@army.mil
(mark.c.bublak.civ@army.mil, alexis.r.williams.civ@army.mil)
 
Description
The Army Contracting Command-Aberdeen Proving�Ground (ACC-APG) Belvoir Division is conducting market research on behalf of the US 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: 1. Solutions that will allow for advanced cooled long wave sensors and technologies tomodernize the current Second Generation FLIR (2GEN FLIR) B-Kit within the current size,weight, and power requirements of the host platform A-Kit capacity. 2. Use of a high definition, long wave cooled staring focal plane array or similar technology. 3. Meets or exceeds the current requirements of the 2GEN FLIR B-Kit. 4. Be capable of providing an integration plan to modernize the existing 2GEN FLIR B-Kitacross a variety of existing vehicle platforms, maximizes commonality of new B-Kitcomponents, does not require an increase to the A-Kit exterior volume, and preserves the existing A-Kit electrical, optical, software, and mechanical interfaces to the host vehicle platforms. 5. Manage the manufacturing and production of this system for several government organizations. Interface and Performance Requirements: The following list contains Performance Specifications that suppliers will need to meet or exceed in order to be considered fully qualified for each of the items: Note: The following Performance Specifications cover the Block 1 B-Kit. 1. MIL-PRF-A3271804C Performance Specification for the Block 1 B-Kit 2. MIL-PRF-12987773C Performance Specification for the Block 1 Thermal Receiver Unit 3. MIL-PRF-5009755F Performance Specification for the Standard Advanced Dewar AssemblyType II (SADA II) The following list contains Interface Control Documents that suppliers will need to consider: Note: The following Interface Control Documents cover the Block 1 B-Kit. 1. 12987745C Interface Control Document for the HTI Program Block 1 Thermal Imaging System 2.� A3298946J Interface Control Document for the HTI Program Block-1 B-Kit 3. 19200-12991282B Interface Control Document for the 2GEN FLIR CITV 4. 19200-12956704M Interface Control Document for the Improved Bradley Acquisition Subsystem (IBAS) For any questions regarding the above technical data or information please contact the below POC: Mark Bublak, Contract Specialist, Email: mark.c.bublak.civ@army.mil New Vendors, please note the following: There is no Government funding available for development, test, and qualification of components. Deliveries of new procurements are required to begin no later than 18 months after receipt of award (ARO). Foreign participation is excluded. As a condition of responding to this RFI, it is a requirement that all potential responders possess the means to properly store and work on information classified at the SECRET level. Sources responding to this Request for Information must provide the following information with as much detailed information as possible: 1. Brief summary of the company 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. Provide a description of your proposed solution. Define how it will meet or exceed the capabilities of the current B-Kit and how it can be integrated into existing Abrams and Bradley A-Kits. 3. Qualifications in Thermal Imaging/Infrared Technology for this effort or like efforts 4. Does your company possess the technical data and capability to manufacture the B-Kit? If you do not presently manufacture the B-Kit, how long would it take your company to develop,test, qualify, manufacture, and deliver these B-Kit components. 5. Provide the requested information for up to five (5) projects your company/team has performed within the past five (5) years of similar scope and magnitude or that match the complexity of this effort. 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 as much of the following information as possible: 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. 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 k. Description of Work Performed l. Security Clearance Requirements (number of personnel and level of clearance and/or designation) 6. Is your company planning on business arrangements with other companies? If so, please describe the process used in selecting members. 7. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, and/or other business arrangements to satisfy these requirements. Respondents 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. 8. Does your company have a SECRET facility or access to one should it be required? 9. Does your company have an adequate number of employees who have a SECRET clearance who can perform the activities required to manufacture the technology described? 10. Discuss existing production capacity. What is the current maximum capacity and lead times for producing the B-Kit? If you do not currently have a production line, how long would it take to establish one? Additionally, what quantities per year are necessary to maintain an efficient industrial base? Please provide information on your approach to supply chain management and any current risks to maintaining an effective production line. 11. 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. Please identify if this would be a new or established relationship for these components. 12. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? QUESTIONS 13 - 16 ONLY APPLY TO THE SMALL BUSINESS RESPONDENTS: In addition to the above, small businesses responding should provide the following information: 13. If you are a small business and plan to be the prime, please inform how you will meet the limitations on subcontracting FAR clause 52.219-14. 14. If you identify your company as a Small Business or any of the Small Business subcategories above, then is your company interested in being a prime on this contract? 15. 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. 16. If you are a small business, can your company sustain if not paid for 90 calendar days? 17. Discuss existing production capacity, or required capacity if establishing a production line,and economic quantity requirements necessary to maintain that capacity and industrial base. 18. Please provide the following Point of Contact information on all responses: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 19. Please identify your company's business size standard based on the North AmericanI ndustrial Classification System (NAICS) code of 334511 for example. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards: Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 20. The Government requests that interested parties with the capabilities to meet the above requirements should electronically submit White Papers of not more than fifteen (15) 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 12 thru 15 are not counted in the above stated fifteen (15) 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. Upon request, the Government will provide Interface Control and Performance Specifications only. To request copies, it is required that your company must be registered with the Department of Defense before the release of information. The request shall be submitted in writing or via email. NO TELEPHONE REQUEST WILL BE HONORED. NO CLASSIFIED DATA WILL BE PROVIDED AS PART OF THIS MARKET RESEARCH. Requests must be submitted within 14 days after this notice. Initial responses should be submitted to the POC: Product Manager Ground Sensors (PM GS) 10221 Burbeck Road, Attention: Mr. Vincent E. Ramirez, Bldg. 399 Room 108, at Fort Belvoir, VA 22060-5806 (vincent.e.ramirez4.civ@army.mil). Initial requests must include company name, Company, and Government Entity (CAGE) Code, classified mailing address. Responses are due no later than 4:00 PM EST (local time at Fort Belvoir, VA) on 30 June 2024. Email responses should not exceed 10 Megabytes (MB). Responses received after this date and time may not be reviewed. Send responses electronically to: Mark Bublak, Contract Specialist, email: mark.c.bublak.civ@army.mil Alexis Williams, Contracting Officer, email: alexis.r.williams.civ@army.mil Vincent E. Ramirez, PM GS, 2GEN FLIR Systems Engineer, email: vincent.e.ramirez4.civ@army.mil Contracting Office Address: Army Contracting Command, APG-Fort Belvoir 10205 Burbeck Road, Bldg. 362 Fort Belvoir VA 22060-5811 Point of Contact: Alexis Williams alexis.r.williams.civ@army.mil Contracting Office Address: ACC-APG-Belvoir, ATTN: CCCE-CW, 10205 Burbeck Road,�Fort Belvoir, VA 22060-5863 Place of Performance: PM Ground Sensors, 10221 Burbeck Road, Building 399 Fort Belvoir VA 22060-5806 Contracting Office Address: ACC-APG-Belvoir, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863 Point of Contact(s): John Crennan John.r.crennan.ctr@army.mil Type: Other (Draft RFPs/RFIs, Responses to Questions, etc.)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/38982496f64841c78d416edc63c82156/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060, USA
Zip Code: 22060
Country: USA
 
Record
SN07083107-F 20240602/240531230044 (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.