Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2009 FBO #2799
SOLICITATION NOTICE

67 -- REF - Intent to Negotiate Sole Source SDVOSB ACG Security Immersive Viewing Recording System

Notice Date
7/24/2009
 
Notice Type
Presolicitation
 
NAICS
334613 — Magnetic and Optical Recording Media Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Aberdeen, RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB09R0083
 
Response Due
7/31/2009
 
Archive Date
9/29/2009
 
Point of Contact
Kari Schoerner, 410-278-1394<br />
 
E-Mail Address
RDECOM Acquisition Center - Aberdeen
(kari.schoerner@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The U.S. Army RDECOM Contracting Center intends to negotiate and award a sole source indefinite quantity contract to ACG Security, LLC, Fredericksburg, VA for up to twenty Route Clearing Patrol Recorders (RCP-R) for the US ARMY Rapid Equipping Force. The REF requires a smaller, improved version of its Immersive Viewing Recording System (IVRS) currently in use by soldiers in OIF that was developed and provided by ACG Security. The REF concept is to rapidly procure a smaller quickly deployed and installed, man- portable version of the IVVRS system for military operations OCONUS. The improved system will be backward compatible with the IVVRS camera array system and include all upgrades incorporated into that system. The RCP-R systems must meet Army Test and Evaluation Commands safety and performance standards for release to soldiers in OIF and OEF. The camera arrays will consist of the vehicle mounted camera systems designed for IVRS and additional lowlight capable, interchangeable camera heads. The post processing system will be greatly reduced in size and complexity to eliminate the need for a large, heavy, server sans storage array, and to minimize post-processing time and labor. The man-portable processors allow for one processing station per camera array that is easily relocated as opposed to a large centrally located processing station that supports five independent camera arrays and takes weeks and special equipment to move. A soldier must be able to operate the system after minimal training and the RCP-R must be compatible with TIGR patrol report system and SIPR Networks. The improved system must be backward compatible with the existing IVRS system. The Route Clearing Patrol Recorders consists of two major subsystems: the Mobile Unit and the Portable Ops Center Unit. The mobile unit consists of a digital camera array, a digital video recorder (DVR) and an external mounted independent power system. The Portable Ops Center Unit must function as a editing and analysis station and provides 4 Terra Bytes of route storage. It shall have the ability to manage the data, removing/archiving vignettes and related data as it becomes dated/replaced/updated. The Portable Ops Center Unit consists of two major components: Editing Station and the Analysis Station that meet specific technical criteria and capabilities. The contractor will also provide Spare Part Kits, installation and training on the system in an OCONUS combat environment for a maximum of 120 days to install the systems and to provide operations and maintenance training to the units receiving the systems or other REF designated personnel. The anticipated period of performance for this effort is three years. Contractor must be capable of providing deliverables in one hundred and eighty days or less from time of award. Interested small businesses that are certified and qualified as a Service-Disabled Veteran-Owned Small Business (SDVOSB) concern are encouraged to submit their capability packages outlining their experience and capability to develop the systems and provide the support described in the aforementioned key areas and tasks. Request interested firms submit a Statement of Capabilities (SOC) to this office to include, but is not limited to: (1) a summary of similar, recent (within the last three fiscal years) performance history (including points of contact with applicable telephone and fax numbers, addresses and e-mail addresses, as available) as well as identifying in what capacity the work was performed (e.g. prime contractor, consultant, subcontractor, etc.); (2) a description of subcontractors and identification of type of work and % of overall value of the contract that they will perform and a description of the facilities and identification and resumes of key personnel that would be used to accomplish the effort; and (3) the firms business size status. Responses must be received no later than 3:30 PM Eastern Daylight Time on 31 July 2009. Responses to this notice will assist the Government in determining potential sources and is not a request to be considered for a contract award. Currently ACG is the only known source capable of providing the required personnel in the timeframe necessary. Kari Schoerner the point of contact for this action, telephone 410-278-1394, Fax 410-306-3877, email kari.schoerner@us.army.mil. All questions in response to this requirement shall be submitted in writing and emailed to the above listed address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD05/W91CRB09R0083/listing.html)
 
Place of Performance
Address: RDECOM Contracting Center - Aberdeen ATTN: CCRD-AP-CO, 4118 Susquehanna Avenue Aberdeen Proving Ground MD<br />
Zip Code: 21005-3013<br />
 
Record
SN01886530-W 20090726/090724235837-824458c4fbd97ec084d935f655fdbe99 (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.