SOURCES SOUGHT
A -- Development and Testing of Infrared Focal Plane Array (FPA) Based Sensors
- Notice Date
- 3/7/2014
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY-14-Q-IFPA
- Response Due
- 4/7/2014
- Archive Date
- 5/7/2014
- Point of Contact
- Deirdre Hughes, 7037040882
- E-Mail Address
-
ACC-APG - Washington
(deirdre.l.hughes.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 Infrared Focal Plane Array (FPA) Requirements. 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 planned effort will address the development and testing of Infrared Focal Plane Array (FPA) based sensors by increasing the device performance and improving process yield. Applications include wide area coverage for situational awareness, persistent surveillance and plume/gun flash detection; infrared search, identification and tracking, missile detection and interception, and hyper-spectral imaging. Technical support is required for the development and evaluation of II-VI and III-V based IRFPA related sensor components including large format, small pixel mid wave infrared (MWIR), long wave infrared (LWIR), and very long wave infrared (VLWIR), and dual-band (MW/LW, LW/LW, and short wavelength [SW]/LW) detector arrays; high-performance low cost IRFPA substrate epitaxial wafers at increasing size; domestic production of CdZnTe infrared substrates; advanced readout integrated circuits supporting advanced IRFPA detectors, FPA hybridization including small pixels, thermally compatible FPA packaging; and integrated cooler/dewar assembly (IDCA) units for demonstration. Submission Instructions: 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. All submitted information will be kept PROPRIETARY by the Government. 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 541712. The Small Business Size Standard for this NAICS code is 500 employees. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. 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? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under 541712? If you are a SB answer questions 4A through4E. 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 describe how you will meet the limitations on subcontracting Clause 52.219-14.? C.If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? D.If you are a small business, can you go without a payment for 90 days? E.Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 5. Does your company possess the capabilities to provide the entire range of services called for above? If so, describe those capabilities. 6. 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. 7. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 8. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the above requirements. 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. 9. 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. 10. What are the core competencies of your employees that would support the above requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting these requirements. 11. Does your company have experience in providing Field Service Representatives for Army Base Defense equipment in theatre? Please cite examples. 12. Do you have experience running Pre-deployment Training missions? Please cite examples. 13. Do all employees have a SECRET Clearance? 14. Has your company any development and testing of Infrared Focal Plane Array (FPA) based sensors? Please list examples of or show experience continuing the maturation process for already developed, Government owned, FPA based sensor technologies. 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 541712. 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 Infrared Focal Plane Array (FPA) based sensors Requirements. 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 7 April 2013 and should be submitted via email to Deirdre.L.Hughes.civ@mail.mil. The Government Point of Contact(s) for technical questions are Neil Supola, email: neil.d.supola.civ@mail.mil and Peter Smith, email: peter.j.smith40.civ@mail.mil. Acknowledgement of receipt will be issued if requested. The subject of the email message shall be: W909MY-14-Q-IFPA 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/478a8a40491b2a79efa358015cdcc6f7)
- Place of Performance
- Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN03305253-W 20140309/140307234736-478a8a40491b2a79efa358015cdcc6f7 (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 |