Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2013 FBO #4369
MODIFICATION

58 -- Request for Information (RFI) For Mounted Counter Radio Controlled Improvised

Notice Date
11/8/2013
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T14RPMCREW
 
Response Due
12/9/2013
 
Archive Date
1/8/2014
 
Point of Contact
Abigail Jordan, 443-861-5376
 
E-Mail Address
ACC-APG - Aberdeen Division B
(abigail.g.jordan3.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS RFI IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSAL, OR REQUEST FOR QUOTES. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSION OF INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR RESPONSES. The U.S. Army Contracting Command Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, MD 21005, is conducting this RFI to identify potential sources for the development of EW capabilities as described below on behalf of Program Executive Officer (PEO) Intelligence & Electronic Warfare & Surveillance (IEW&S), Program Manager (PM) Electronic Warfare (EW), PdM (CREW). Description: Requirements have been identified to provide continued system growth and conduct research,development, testing and evaluation (RDT &E) of new capabilities for enhanced force protection against emerging Remote Controlled Improvised Explosive Device (RCIED) threats. Currently, a RDT &E effortknown as Duke Technology Insertion (DTI) is being conducted with the Army Duke system under contract W15P7T-09-D-M615 with SRCTec Inc, 5801 East Taft Road, North Syracuse, NY. The Duke system provides force protection against RCIED threats for occupants in wheeled and tracked vehicle platforms and within vicinity of fixed site positions. This RDT&E requirement is to continue threat and technique development to maintain relevancy and responsiveness to urgent needs as required. This effort is intended to also include integration of the Duke system with other electronic warfare systems (e.g, direction finding, HMS radios, JTRS, TACSAT 117G/F, etc.). System threshold and objective level performance parameters are identified within a Capabilities Production Document (CPD). These parameters can be provided to interested industry parties at a classified level. It is desired that the initial tested capability meets objective level requirements within the CPD. The system, however, must meet threshold performance parameters and be ready for testing in 3 rd Quarter of 2015. It is anticipated that DTI systems and the Duke system Technical Data Package (TDP)will be provided to the successful offeror upon award of a contract that could result from any future Request For Proposal (RFP) of the DTI effort. The Government requests that interested parties submit white papers that fully describe their system capabilities with respect to the classified performance levels in as much detail as possible. Based on the white paper submission, the Government may elect to conduct a one-on-one discussion based on its analysis of the RFI response, to include the quality of submission and level and scope of the information provided. This may include visit to contractor facilities to assess firsthand the validity of described capabilities and, if needed, its demonstration. Any capability and demonstration must be available for government assessment no later than 15 January 2014. Those capabilities that show promise may be selected for additional testing at Government lab on Aberdeen Proving Ground, MD. Test results from closed loop or compatibility testing may be releasable to a variety of DoD activities. NOTE THE GOVERNMENT IS UNDER NO OBLIGATION TO CONDUCT DISCUSSION OR REQUEST DEMONSTRATION, NOR IS IT LIABLE FOR ANY COSTS OR EXPENSES INCURRED IN RESPONDING TO THIS RFI. Response Format: Interested parties who believe they are capable of fulfilling this requirement are invited to submit a white paper fully describing their system capabilities. The paper must include company name, company address, overnight delivery address (if different from mailing address), cage code, point of contact, e-mail address, telephone number, fax number; business size, unique qualifiers (e.g. large, foreign, small disadvantage, veteran owned, woman owned, etc.). Interested parties are requested to respond to this RFI in Microsoft Word Office 2007 compatible format. RFI responses are limited to 15 pages, including cover and administrative pages. Response documents shall be written using a 10 point font size or larger. The Government acknowledges its obligation under 18 U.S.C. 1905 to protect information qualifying as confidential under this statute. Pursuant to this statute, the Government is willing to accept any proprietary (e.g., trade secret) restrictions placed on qualifying data forwarded in response and to protect it from unauthorized disclosure subject to the following: 1. Clearly and conspicuously mark qualifying data with the restrictive legend (all caps)PROPRIETARY with any explanatory text, so that the Government is clearly notified of what data needs to be appropriately protected. 2. In marking such data, please take care to mark only those portions of the data or materials that are truly proprietary (over breadth in marking inappropriate data as proprietary may diminish or eliminate the usefulness of your response-see item 3 below). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. 3. The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the possession of the Government will be protected in accordance with the Government's rights in the data. 4. Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the government, shall contain the proprietary legend, with any explanatory text,on both the cover of the transmittal e-mail and the beginning ofthe file itself. Where appropriate for only portions of an electronic file, identify where the restrictive legends proprietary portion begins and where the proprietary portion ends. RESPONSE Deadline and Submissions: Parties may begin submitting responses to this request for information immediately with all white paper submissions due no later than the response date of this RFI. Requests for classified information shall be sent to: Willie Jackson at willie.c.jackson.civ@mail.mil Further instructions, to include any submittal of classified information, and questions shall be sent via email to: Willie Jackson at willie.c.jackson.civ@mail.mil White papers shall be sent to: Willie Jackson at willie.c.jackson.civ@mail.mil The information provided in response to this RFI will be used to support on-going initiatives within DoD to analyze emerging requirements for mounted CREW systems and ultimately may result in the Government developing and issuing a Request for Proposal (RFP) to industry for award of contract. Contracting Office Address: 6001 Combat Drive APG, MD 21009 1. Point of contact for this action is Abigail Jordan, abigail.g.jordan3.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2455e72087a400a3e71bb42eec7875f9)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN03231261-W 20131110/131108233733-2455e72087a400a3e71bb42eec7875f9 (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.