Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2012 FBO #3764
SOURCES SOUGHT

R -- Sources Sought Notice for Infantry Fighting Vehicle Exploitation

Notice Date
3/13/2012
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
 
ZIP Code
22911-8318
 
Solicitation Number
W911W5-12-R-0006
 
Response Due
3/30/2012
 
Archive Date
5/29/2012
 
Point of Contact
Richard S. Paul, 434-980-7413
 
E-Mail Address
National Ground Intelligence Center
(richard.s.paul@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This sources sought is issued by the National Ground Intelligence Center (NGIC) solely for information and planning purposes; it does not constitute a formal solicitation, Request for Proposal (RFP) or a promise to issue a formal solicitation, RFP or Broad Area Announcement (BAA). Responders are advised that the U.S. Government will not pay any cost incurred in response to this sources sought and all costs associated with responding will be solely at the interested party's expense. Not responding to this sources sought does not preclude participation in any future and potential solicitation, or RFP. It is the intent of NGIC to use this for market research purposes only. If a formal solicitation is released, it will be issued via the Federal Business Opportunities (http: //www.fbo.gov). It is the responsibility of the potential offerors to monitor this website for any information that may pertain to this sources sought. The information provided in this sources sought is subject to change and is not binding on the Government. 1) Description: NGIC is seeking to identify qualified sources capable of providing exploitation services for an Infantry Fighting Vehicle with 30mm main gun, 30mm grenade launcher, and 7.62mm machine gun. The contractor must be able to support the following requirements: a. Establish and verify the operational parameters of the complete system and subsystems. b. Obtain technical data that can be used to determine the performance of the systems in order to fill intelligence gaps that may exist. c. Obtain data that will aid in future technology projections. d. Establish the devices' state of the art in design and construction. e. Examine the devices for evidence of Western technology. f. Identify technologies suitable for reverse technology transfer in support of U.S. and allied R&D efforts. In addition to the requirements listed above, the contractor must also be able to provide the following: a. Photography support b. Description of each system's physical characteristics c. Description of overall system architecture and modes of operation d. Perform technology transfer and assessment e. Perform signature testing to include infrared signatures collection and radar signature collection f. Conduct the following types of tests: 1. Lethality testing 2. Endurance testing 3. Fire control testing 4. Fire control component testing 5. Television system testing 6. Evaluation of night vision systems with image tube testing 7. Fire control component countermeasures testing 8. Laser devices testing 9. Day vision system testing 10. Day unity vision block testing 11. Performance calculations testing 12. Ballistic computer testing g. Conduct a field demonstration of day and night vision devices The anticipated period of performance is 12 months from date of award. Prospective sources are asked to identify a place of performance in their response. Sources must be able to work at the SECRET//REL level. 2) Prospective sources, possessing the qualifications, capability, and experience to respond to this sources sought notice are invited to submit documentation (no more than 10 pages all-inclusive) in response to items above. Respondents must provide, as part of their responses, information concerning (a) staff experience, including their availability, experience, and training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capabilities; and (e) examples of prior completed Government contracts, references, and other related information. 3) Submission Instructions: a.Interested parties are requested to respond to this sources sought inclusive of answers to the requested information listed above. The associated North American Industry Classification System (NICS) code is 541690 (Other Scientific and Technical Consulting Services). b.Responses shall be limited to 10 pages all-inclusive and submitted via email ONLY to Sandra Schuck, Contracting Officer at sandra.schuck@us.army.mil. NGIC reserves the right to review late submissions but makes no guarantee to the order of or possibility for review of late submissions. c.Respondents shall provide responses in softcopy form (electronically) in Microsoft Word compatible format ONLY and are due no later than 3:00 PM (local Eastern Time) on Friday, March 30, 2012. d.Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED and completely separated. Be advised that no submissions will be returned. e.Responses to this sources sought will be evaluated by Government technical experts. The program office has contracted for various non-government, scientific, engineering, technical and administrative staff support services, some of which require contractors to obtain access to proprietary information submitted by other contractors. All non-government contractor support personnel have signed and are bound by the appropriate non-disclosure agreements and organizational conflict of interest statements. The Government may also use these selected support contractor personnel as technical advisors in the evaluation of submissions. Non-government staff support personnel will not have access to RFI that may be labeled by the offerors as Government Access Only. f. This notice is for market research and planning purpose only and does not commit the Government to any contractual agreement. This is not a request for proposal. The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for preparing any information sent for the Government use. Any proprietary information should be so marked. Interested sources should provide the following: 1) company name and address; 2) point of contact; 3) phone/fax/email; 4) NAICS Codes, 5) business size and status, type of small business if applicable (e.g. 8(a), women-owned, HUB Zone Small Business, etc.) and 6) capability information in response to the requirement. 4) Questions: Submit questions to Sandra Schuck, Contracting Officer, at sandra.schuck@us.army.mil on or before 3:00 PM (local Eastern Time) on Friday, March 30, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W911W5-12-R-0006/listing.html)
 
Place of Performance
Address: National Ground Intelligence Center ATTN: IANG-CS-LO/MS204, 2055 Boulders Road Charlottesville VA
Zip Code: 22911-8318
 
Record
SN02695698-W 20120315/120313235941-81d06e153f05f710a7f3f60b0709245f (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.