Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2013 FBO #4170
MODIFICATION

A -- Support for Testbed Maturation and Validation of Night Vision Algorithms

Notice Date
4/23/2013
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY13RH013
 
Response Due
5/4/2013
 
Archive Date
6/22/2013
 
Point of Contact
Brett P Allen, 703-704-0837
 
E-Mail Address
ACC-APG - Washington
(brett.p.allen3.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement The US Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Belvoir Division is seeking sources on behalf of the Communications-Electronics, Research, Development and Engineering Center (CERDEC), Night Vision and Electronic Sensors Directorate (NVESD) for Night Vision Testbed Maturation and Validation of Night Vision Algorithms for the Signal and Image Processing Branch (SIPB). The intent of this market research is to determine the level of interest among qualified potential sources in providing research and development that is multi-faceted. The first goal is to support Night Vision algorithm and interface developments and testbed demonstrations using broadband, multi-spectral, and hyper-spectral, active and passive sensors to detect targets such as mines, vehicles, and dismounts. These algorithms and interfaces have been developed through previous government projects and are at a maturation point that evaluation using more rigorous data is required. The second goal is to insert performance improvements through maturation of existing technologies. This includes integration into existing testbeds and the processing of additional data to allow for more robust testing as well as real-time demonstrations. Results from these activities will guide further maturation requirements of the algorithms or subsequent hardware. This is a Request for Information (RFI) only. Do not submit a proposal or quote. After reviewing the Performance Work Statement (PWS) currently posted to FEDBIZOPS, Potential sources are invited to provide responses to the following questions. Please provide responses if you can support some or the entire requirement, highlighting the specific areas. Responses should follow this format and be submitted electronically as one complete document not to exceed ten (10) pages. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. PLEASE NOTE THAT IF A QUESTION BELOW OR A REQUIREMENT IN THE PWS IS NOT ADDRESSED THAT EXPLAINS YOUR COMPANY'S SPECIFIC CAPABILITY THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. NOTE: Responses to Small Business Questions 1 thru 4 are in addition to the above stated ten (10) page limitation. All responses should include the company name, CAGE code, point of contact; Papers shall also include 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541330. The Small Business Size Standard for this NAICS code is $14.0 million. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Please note that the Military and Aerospace Equipment and Military Weapons, or Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy Act of 1992, or Marine Engineering and Naval Architecture exceptions DO NOT apply to this requirement. 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 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the attached PWS? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under 541330? If you are a SB answer questions 4A through4D. All others skip to Question #5. A.If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question #2, then is your company interested in a prime contract. B.If you are a small business and plan to be prime contractor on this effort please inform how you will meet the limitations on subcontracting Clause 52.219-14.? C.If you are a small business, can you go without a payment for 90 days? D.Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 5. Have you ever placed employees in theatre? If so, please explain your experience with placing employees in theatre through the Army SPOT process. 6. Does your company have the ability to provide a minimum of 50 people in theatre to support this effort within one month of award of this contract? If so, describe your process to ramp on the additional people to meet the effort. 7. Does your company possess the capabilities to provide the entire range of services called for in the attached PWS? If so, describe those capabilities. 8. Please list specific examples of your experience in working in the C4ISR environment in which you are designing, developing, and system integration of simulation applications for sensor technology in which your testing and evaluation led to releasable hardware and planned support of sensor-based systems. 9. If successful, please cite examples where you engineered a prototype of an Army sensor system, constructed and tested it and eventually provided the required oversight, as well as systems engineering, logistical and sustainment support for the sensor system. 10. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 11. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the PWS. Offerors 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. 12. Is your company currently providing similar items to another government agency (you may also include contract #s for government) or other non-government customer? If so, please 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. 13. What are the core competencies of your employees that would support the requirements of the PWS? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements in the PWS. 14. Does your company have experience in providing Field Service Representatives for Army Base Defense equipment in theatre? Please cite examples. 15. Do you have experience running Predeployment Training missions for the Soldier? If so, can you meet the requirement to stand up a minimum of 25 Trainers CONUS within 1 month of contract award? Please cite examples. 16. Do you currently have facilities that could host Training missions for predeploying Soldiers? If not, can you obtain and have facility up and running with instructors in multiple locations in the US within 1 month of award of the contract? 17. Does your company have a TOP SECRET facility or access to one should it be required. 18. Do all the employees that would support this PWS have a SECRET Clearance? 19. Has your company any experience developing, implementing, and enhancing algorithms for tracking, persistent surveillance, target detection, and human intent or threat detection? Please list examples of or show experience continuing the maturation process for already developed, Government owned, algorithms that perform tracking, persistent surveillance, target detection, and human intent or threat detection. 20. Has your company ever designed or participated in large scale data collections involving human subjects for the testing and evaluation of algorithms for tracking, persistent surveillance, target detection, and human intent or threat detection-including the development of target groundtruth and the statistical analysis of algorithm results? If so, please list examples. Interested parties who do not submit the above information on or before the response due date and time will not be considered for this procurement. Through the results of the market survey, the Government hopes to gain a better understanding of the capabilities of small businesses companies as potential sources relative to the NAICS 541330. To make an appropriate acquisition decision for this effort, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. The projected period of performance of this effort will be twelve (12) months from date of award with a six (6) month option. This is scheduled to be issued as a Cost Plus Fixed Fee contract. This is NOT a request for proposal. The replies to this market research will be used to assess whether or not competition among small businesses is viable for this effort. The Government will accept responses from small business sources with a demonstrated ability to support Night Vision Testbed Maturation and Validation of Night Vision Algorithms for the Signal and Image Processing Branch (SIPB). This Request for Information (RFI) is for informational purposes only. It is not a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings of this RFI. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. The ideas presented in the white paper will be discussed and assessed by U.S. Army RDECOM CERDEC Night Vision and Electronic Sensors Directorate (NVESD). Response to this Sources Sought should be received no later than COB 03 May 2013 and should be submitted via email to Brett Allen at brett.p.allen3.civ@mail.mil. Acknowledgement of receipt will be issued if requested. The subject of the email message shall be: W909MY13RH013 RFI - Your Company's Name. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ce33aeeb77ed9eb91f9e67fe71a25111)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03043526-W 20130425/130423235125-ce33aeeb77ed9eb91f9e67fe71a25111 (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.