MODIFICATION
A -- Request for Information for Improved Forward Looking Infrared (IFLIR) B-Kit
- Notice Date
- 6/20/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY14FLIRBKIT
- Response Due
- 7/23/2014
- Archive Date
- 8/22/2014
- Point of Contact
- Zun Lin, 703-704-0848
- E-Mail Address
-
ACC-APG - Washington
(zun.z.lin.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Amendment 0002 to RFI The Government is seeking comments on the updated technical documents found in Corporate Management System (CMS) II under the I-FLIR folder. The Government has updated the 3rd GEN FLIR B-Kit and DCB Performance Specification documents and has posted those updates to CMS II. The Government has also posted Interface Control Documents for the B-Kit and DCB along with additional drawings showing maximum space claims for the B-Kit in four sight locations. All comments in response to this amendment shall be provided not later than (NLT) 23 July 2014. Documents located on CMS II include: a. MIL-PRF-A3347042_RevisionA_06202014: Performance Specification for Improved Forward Looking Infrared (I-FLIR) B-Kit b. MIL-PRF-A3347049_RevisionA_06202014: Interface Control Document for Improved Forward Looking Infrared (I-FLIR) B-Kit c. MIL-PRF-A3347043_RevisionA_06202014: Performance Specification for Improved Forward Looking Infrared (I-FLIR) DCB d. MIL-PRF-A3347044_RevisionA_06202014: Interface Control Document for Improved Forward Looking Infrared (I-FLIR) DCB e. A3347045 Drawing - IFLIR DCB Mechanical Drawing f. A3315463 Drawing - CIV_Flat_Volume g. A3315464 Drawing - CIV_Extended_Volume h. A3315465 Drawing - IBAS_Volume i. A3315466 Drawing - TRU_Volume j. A3315467 Drawing - CITV_Volume The documents listed above are Distribution D restricted. The documents are authorized for use by the Department of Defense (DoD) and U.S. DoD contractors only. These documents also contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) and/or the Export Administration Act of 1979 (Title 50, U.S.C., App. 2401 et seq.), as amended. Violations of these export laws are subject to severe criminal penalties. These documents will be disseminated in accordance with the provisions of DoD Directive 5230.25. Companies or organizations may request copies of these documents by providing their Point of Contact information listed below to Tomas Cincotta at tomas.e.cincotta.civ@mail.mil and shall clearly state if and how they meet the conditions required to receive the documents referenced above. In addition, companies or organizations requesting the above information shall register for an account with the internet accessible portal known as the Corporate Management System Online (CMS II). Registrants shall access the CMS II website (https://www.mycmsportal.com) and follow instructions to complete registration. Documents are currently available for viewing in the CMS II under the I-FLIR folder; registrants must specifically request access to only the I-FLIR folder. Access to the I-FLIR folder documents will only be granted upon verification that the criteria dictated by Distribution D and export control restrictions are met by registered companies or organizations. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: Cage Code: In addition, the Government has posted a document for comment as part of this amendment, titled 3GF-B-Kit (VHMS-LRMs).PDF, which describes and provides specifications related to the platform Vehicle Health Management System (VHMS) and a Line Replaceable Module (LRM) concept as it applies to the B-Kit. The Government is additionally seeking industry comments on the VHMS/LRM concept described in the attached document 3GF-B-Kit (VHMS-LRMs).PDF. The Government requests responses addressing the questions below. 1. What processing, command and control, and power distribution functions required by the B-Kit Performance Specification (MIL-PRF-A3347042) could be remotely located (somewhere else in the vehicle) away from the opto-mechanical portions that reside within each sight? 2. How many 3U form factor processing boards would be required to host the necessary processing, command and control, and power distribution functions? 3. Is the LRM concept, as applied to the opto-mechanical portions of the B-Kit (currently the afocal, imager and DCB) feasible? What additional changes, design consideration or impacts need to be considered? 4. What risks (if any) are associated with the application of the LRM concept? 5. How does the LRM concept as specified impact system design, complexity and reliability? 6. What additional components, in the form of electronics processing boards, power distribution items and cables, will be necessary in order to apply the LRM concept as envisioned? 7. What issues and concerns are there in regards to applying the LRM concept to the B-Kit? 8. Are there lessons learned from prior developments where a similar approach was applied, i.e. circuit card assemblies mounted remotely from the opto-mechanical portions of a system? If so please provide those lessons learned and any recommendations. 9. What are the NRE cost implications, production cost and complexity implications, and potential maintenance implications with the implementation of the LRM concept? 10. What impacts will the LRM concept have on all the potential 3GF sights (CITV, TRU, CIV, IBAS, and LRAS3)? 11. Can the required Built In Test (BIT) capabilities be implemented to allow for on vehicle diagnosis and remove and repair? Are there additional considerations required for BIT? Comments on all documents and drawings shall be provided not later than (NLT) 23 July 2014. Respondents are requested to submit one electronic copy of the responses to the following: PdM GS POC: Tomas Cincotta at tomas.e.cincotta.civ@mail.mil Contracting Officer: Sabin Joseph at sabin.a.joseph.civ@mail.mil Contract Specialist: Zun Lin at zun.z.lin.civ@mail.mil Amendment 0001 to RFI The Government is seeking comments on the technical documents found in CMS II under the I-FLIR folder. All comments shall be provided within 45 days of this annoucement. a.MIL-PRF-A3347042: Performance Specification for Improved Forward Looking Infrared (I-FLIR) B-Kit b.A3347046 Drawing - IFLIR B-Kit Optical Volume c.A3347047 Drawing - IFLIR DCB mating Flange Reference d.A3347048 Drawing - IFLIR B-KIT/DCB Subassembly The documents listed above are Distribution D restricted. The documents are authorized for use by the Department of Defense (DoD) and U.S. DoD contractors only. These documents also contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, U.S.C., App. 2401 et seq.), as amended. Violations of these export laws are subject to severe criminal penalties. These documents will be disseminated in accordance with provisions of DoD Directive 5230.25 Companies or organizations may request copies of these documents by providing their Point of Contact information listed below to Tomas Cincotta at tomas.e.cincotta.civ@mail.mil and must clearly state if and how they meet the conditions under they can receive the documents referenced above. In addition, companies requesting the above information must register for an account with an internet accessible portal known as the Corporate Management System Online (CMS II). Registrants will access the CMS II website (https://www.mycmsportal.com) and follow instructions to complete registration. Documents are currently available for viewing in the CMS II under the I-FLIR folder so the registrants must specifically request access to only the I-FLIR folder. Access to the I-FLIR folder documents will only be granted upon verification that criteria dictated by Distribution D and export control restrictions are met by registered companies or organizations. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: Cage Code: Respondents are requested to submit one electronic copy of the responses to the following: PdM GS POC: Tomas Cincotta at tomas.e.cincotta.civ@mail.mil Contracting Officer: Patricia Davis at jean.p.davis2.civ@mail.mil Contract Specialist: Zun Lin at zun.z.lin.civ@mail.mil Include RFI number W909MY-14-FLIRBKIT in the subject line. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored. REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION: No award will be made as a result of this request. This Request for Information (RFI) is for informational purposes only; this is not a Request for Proposals (RFP), or Request for Quotations (RFQ). No solicitation document exists and formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses and is in no way obligated by the information received. The information provided may be used by the Army in developing a future acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. NOTE: The use of a RFI Number W909MY-14-FLIRBKIT is for tracking purposes only. BACKGROUND/DESCRIPTION: The Army Contracting Command-Aberdeen Proving Ground - Belvoir Division (ACC-APG-Belvoir) is conducting a Market Research on behalf of the Project Manager, Terrestrial Sensor (PM TS), Product Manager Ground Sensors (PdM GS), Fort Belvoir, in accordance with Federal Acquisition Regulation (FAR) Part 10. (PM TS)/PdM GS is planning to develop, integrate, test and demonstrate dual-band Mid Wave Infrared (MWIR)/ Long Wave Infrared (LWIR) imaging sub-assemblies and electronic modules to replace the Army's existing Horizontal Technology Integration (HTI) Second Generation Forward Looking Infrared (HTI 2GF) B-Kit sub-assemblies and electronic modules. The purpose of this market research is to identify potential sources that have previously developed, fabricated, tested, and demonstrated a Dual Band Infrared B-Kit sub-assemblies and electronics modules, or with the capability to do so. The B-Kit sub-assemblies and electronic modules are characterized by: 1. Four (4) Fields of View (FOV) Afocal and Imager Optic capable of imaging dual band MWIR/LWIR HD 720x1280P Focal Plane Arrays, and Thermal Reference Sources 2. Electronic Cards and software for Video Processing, Graphics/Symbology, and Vehicle Interfaces (Controls) Information is also requested on capabilities that can be added to the B-Kit such as, but not limited to, the following: 1. Image quality enhancements to include scene-based Non-uniformity Correction (NUC) 2. Dual band IR image fusion and NUC mechanism 3. Automated target-tracking The B-Kit sub-assemblies, electronic modules, and the Dewar Cooler Bench (DCB), defined under RFI # W909MY-14-FLIRDCB, will be integrated on host platforms to compose an Improved FLIR (I-FLIR) sensor. The B-Kit provider will be responsible for integrating the DCB into their B-Kit design. The DCB will be provided as Government Furnished Equipment (GFE) to the B-Kit provider for final integration and testing. The B-Kit components are currently defined by the following technical documents: a. MIL-PRF-A3347042: Performance Specification for Improved Forward Looking Infrared (I-FLIR) B-Kit b. A3347046 Drawing - IFLIR B-Kit Optical Volume c. A3347047 Drawing - IFLIR DCB mating Flange Reference d. A3347048 Drawing - IFLIR B-KIT/DCB Subassembly The documents listed above are Distribution D restricted. The documents are authorized for use by the Department of Defense (DoD) and U.S. DoD contractors only. These documents also contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, U.S.C., App. 2401 et seq.), as amended. Violations of these export laws are subject to severe criminal penalties. These documents will be disseminated in accordance with provisions of DoD Directive 5230.25. Companies or organizations may request copies of these documents by providing their Point of Contact information listed below to Tomas Cincotta at tomas.e.cincotta.civ@mail.mil and must clearly state if and how they meet the conditions under which they can receive the documents referenced above. In addition, companies requesting the above information must register for an account with an internet accessible portal known as the Corporate Management System Online (CMS II). Registrants will access the CMS II website (https://www.mycmsportal.com) and follow instructions to complete registration. Documents are currently available for viewing in the CMS II under the I-FLIR folder so the registrants must specifically request access to only the I-FLIR folder. Access to the I-FLIR folder documents will only be granted upon verification that criteria dictated by Distribution D and export control restrictions are met by registered companies or organizations. Sources responding to this request for information must provide the following information: 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 business size standard based on the primary North American Industrial Classification System (NAICS) code of 334511. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards: - Large Business Concern - 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. Brief summary of the company, of no more than 3 paragraphs. 4. A description of the equipment and information supporting any claims that the proposed equipment meets the configuration descriptions and any claims of their maturity. 5. Describe how you will either produce or subcontract for the Dual Band Infrared B-Kit sub-assemblies and electronics modules. Please identify sources of supply for any components or assemblies for which you intend to subcontract production. 6. Describe the schedule requirements to qualify the prime, subcontractors, or sub-tier suppliers to provide the B-Kits. 7. Past experience or information supporting any claims of having the capability to develop, fabricate, test, and demonstrate a Dual Band Infrared B-Kit sub-assemblies and electronics modules. 8. Describe Test reports (internal or generated by an independent agency) or data derived from testing the equipment. Test report and data pages will not be included in the page count. 9. Provide product literature for both hardware and software 10. If you identify your company as a Small Business or any of the SB subcategories above, then is your company interested in a prime contract? 11. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary stated NAICS code 334511? 12. 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. 13. If you are a small business, can you go without a payment for 90 days? 14. If you are a small business does your company have experience as a prime contractor administering Contracts? If you answered yes, please provide as much of the following information as possible; Contract number(s); Dollar value; and similarity of scope and effort. Have you experience as a prime producing commercial items that may be of similar scope, complexity and nature. 15. If you are a small business, does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide? 16. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 17. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these 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. 18. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 19. What are the core competencies of your employees that would support these requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 20. Does your company have a SECRET facility clearance or have access to one should it be required? 21. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 22. Does your company meet the Non-manufacturing Rule? If so, how? 23. Please explain your facility size to include any storage capabilities. 24. The Government is currently contemplating award of a multiple award, Cost Plus Fixed Fee type contract based on the trade-off source selection process. Vendors may submit alternate potential contract approaches. No further information or documentation will be provided. The Government requests that interested sources submit an electronic response of not more than ten (10) pages, 8.5 quote mark x 11 quote mark paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Responses to Small Business Questions 9 thru 23 are in addition to the above stated ten (10) page limitation. Responses should include the company name, CAGE code, point of contact, and address. All interested companies or organizations are encouraged to respond to the RFI by providing the information within 25 days of this announcement. Proprietary information submitted in response to this RFI announcement MUST be marked accordingly and will be protected by the Government. In additional the above request, PdM GS is developing strategies to shape the Scope of Work for the B-Kit and DCB requirements. Interested companies and organizations are invited to present ideas, concerns, or approaches relating to the following topics: 1) B-Kit and DCB system architecture and developmental approach 2) B-Kit electronics architecture 3) Cost, schedule, and technical risks associated with integrating a GFE DCB into the B-Kit and how to minimize these risks 4) Cost drivers and approach to control cost drivers and reduce initial production prices 5) Cost, schedule, and technical risks associated with integrating a B-Kit into host platform sensors and how to minimize these risks 6) Approach to demonstrating performance of the B-Kit, with DCB integrated, while minimizing costs related to test equipment, prototypes, and software 7) How to design for obsolescence and minimize costs related to re-design, re-testing, and replacement 8) How to implement future software upgrades for things like image processing while minimizing re-design and re-testing costs 9) Use of commercial image processing software in the B-Kit 10) Any other topics relating to how to deliver enhanced capabilities while minimizing total ownership costs Companies wanting to present ideas or approaches related to the 10 topics above are welcomed to provide a separate 15 page maximum white paper within 25 days of this announcement. Respondents are requested to submit one electronic copy of the responses to PdM GS POC, Tomas Cincotta, at tomas.e.cincotta.civ@mail.mil, and one copy to Contract Specialist, Zun Lin at zun.z.lin.civ@mail.mil. Include RFI number W909MY-14-FLIRBKIT in the subject line. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored. You may request additional information from the Contract Specialist, Zun Lin at zun.z.lin.civ@mail.mil and the Contracting Officer, Patricia Davis at jean.p.davis2.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/db38415ec9e8cc9c19564b0f4ce0ab12)
- 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
- SN03401752-W 20140622/140620235222-db38415ec9e8cc9c19564b0f4ce0ab12 (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 |