Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2006 FBO #1599
MODIFICATION

58 -- Modification to the DVE Light Sources Sought Announcement. The Request for Information and applicable attachments have been revised as a result of Industry Day. See IBOP address annotated below.

Notice Date
4/11/2006
 
Notice Type
Modification
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-06-R-W009
 
Response Due
4/27/2006
 
Archive Date
6/26/2006
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is a follow up request to RFI W15P7T-05-R-S017 from July 2005. The Product Manager  Forward Looking Infrared (FLIR) is conducting a market research to determine night vision drivers sensor system technology avail ability for possible use on Army Tactical Wheeled Vehicles (TWV). The Government is looking for a 'sensor system', meaning an imaging sensor, display, and vehicle integration kit. The imaging sensor can be mounted at any point on the vehicle that allows th e driver to see the road ahead. The drivers display must be located inside the cab, and must not interfere with normal driving functions. Key performance parameters include: (1) The complete system average unit production cost (AUPC) is $6,000 in Calendar Year 2006 dollars for a qty of 2500 systems. For planning purposes, the total number of systems to be procured is 8849 over the 5 years. The complete system unit cost incl udes all components to be delivered (including transport case) and installed (but does not include the installation costs) on medium and heavy TWVs to include armored variants in accordance with the following preliminary requirements by vehicle type: (the se numbers are for planning purposes only). FY07 FY08 FY09 FY10 FY11 HEMTT 1428 1220 998 1244 1201 PLS 681 244 353 247 51 HET 484 127 240 331 0 TOTAL 2593 1591 1591 1822 1252 (HEMTT  Heavy Extended Mobility Tactical Truck, PLS  Palletized Loading System, HET  Heavy Equipment Transporter) (2) The capability for the drivers viewing system shall allow the driver to see and drive the vehicle at speeds from 29-35 MPH on primary roads, 22-25 MPH on secondary roads and 8-9 MPH on cross country terrain during periods of darkness and other degrade d visibility conditions (such as smoke, fog, haze, rain, sand, etc). (3) System shall be removable by the vehicle operator and installed into the basic mounting kit of another vehicle within 20 minutes (threshold). Key parameters are: (A) Sensor/Camera: Can be any type (i.e. Infrared (IR), Image Intensification (I2), Gated I2, active and passive Short Wave Infrared (SWIR), etc., (B) Display: allows driver to maintain a relaxed driving position while viewing the image and allows for brightness adjustments during day/night operation, (C) The drivers viewer sensor system may use vehicle power, (D) Single, modular designed A-kit that fits all vehicle types is desired, but minimal changes in A-kits between vehicle types i s accepted. A Draft Performance Specification (DRAFT DVE Light PRF Spec) is provided to offer a more detailed description of the Governments sensor system expectations. Vendors should feel free to ask questions or submit comments pertaining to the draft performance specification. The current Government schedule of key activities for this effort is as follows (these dates are for informational purposes only and are subject to change at any time): (1) Request For Proposal (RFP) release  3rd Quarter 2006 (2) Government receipt of proposals and bid samples  1.5 months after RFP release (2 bid samples per vendor submittal, bid samples are expected to be at least 80-90% compliant to the RFP Performance Specification and data supporting vendor compliance tes ting is expected as part of the submittal. The Government will use the bid samples to perform laboratory and field performance testing as well as laboratory system characterization.) (3) Contract award  4 months after RFP release (4) Delivery of first fully qualified Production lot  6 months after contact award For planning purposes the production quantities by month are as follows: first month deliveries (first lot) - 100 complete units, second months deliveries - 200 complete units, third months deliveries - 300 complete units, forth months deliveries - 400 c omplete units, fifth month, six month, and seventh month deliveries - 500 complete units in each month. In order to assi st the Government in conducting this market research, vendors are asked to provide, as part of their response to this RFI, cost/performance trade-offs against items in the draft performance specification to meet the cost target. In particular, the Governm ent is interested in understanding the cost savings associated with a reduction in system sensitivity and the cost savings associated with a reduction in reliability. Other cost/performance trade-offs should include compliance testing criteria outlined in the draft specification provided. Vendors are asked to list assumptions made when conducting performance analyses. As a reminder it is the interest of the Government to understand the best possible complete system capability that the vendor can provide meeting the complete system unit cost identified above ($6,000). Cost estimates must separately price all vehicle integration costs and component costs and all respondents must address any/all long lead items/parts, and lead time to first unit deliveries. It is the intent of the Government to provide vendors access to example vehicles and vehicle drawings in the future prior to any additional requests from the Government beyond this RFI. Additionally, as part of the RFI response, the Government asks for each submitter to review the schedule dates above and provide comments for the submitters capability to meet these dates. Also submitters are asked to provide a list of dates the submitte r could make on a compressed schedule. Submitters are asked to provide an explanation in the form of a justification for any time period they believe can be shortened from the current Government baseline above. All system vulnerabilities must be identified and explained. These vulnerabilities include susceptibility to enemy countermeasures while performing operations. For evaluation purposes, each potential source is requested to provide a brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirement described herein. Firms are also invited to submit any literature, brochures, or references necessary to support claims of being able to meet or exceed the requirement. Submittals shall be provided by email no later than 4:00 PM Eastern Standard Time (EST) on 27 April 2006 to Joseph Manganaro at joseph.manganaro@us.army.mil. Hard copy submittals are not required. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for B id (IFB), Request for Quotation (RFQ), or request for proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. Your response to this sources sought will be treated as information only. 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 sources sought or the Government use of such information. The Government reserves the right to reject, in whole or part, any contr actor input resulting from this request. 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. The informati on provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives and Performance Specifications. All proprietary information should be marked as such. Attachments on the Interactive Business Opportunities Page (IBOP) at https://abop.monmouth.army.mil: 1) Revised Draft DVE Light Performance Specification, 2) Revised DVE Light Presentation Briefing, 3) DVE Light I ndustry Day Contact List
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01025745-W 20060413/060411220934 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.