Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2015 FBO #4911
SOURCES SOUGHT

A -- Multimodal Human-Computer Interaction (HCI) Technologies

Notice Date
5/4/2015
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division A, 6001 COMBAT DRIVE, Aberdeen Proving Ground, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGU-15-R-A010
 
Response Due
5/22/2015
 
Archive Date
7/3/2015
 
Point of Contact
Myong Parker, 443-861-4650
 
E-Mail Address
ACC-APG - Aberdeen Division A
(myong.h.parker.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI Title: Multimodal Human-Computer Interaction (HCI) Technologies. THIS IS A REQUEST FOR INFORMATION ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSALS, QUOTES OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR REPONSES. The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, MD 21005, on behalf of the U.S. Army Communications-Electronics Research, Development and Engineering Center (CERDEC), Command, Power, and Integration Directorate (CP&I) is conducting market research to identify sources with the interest and capability to provide multimodal Human-Computer Interaction (HCI) technologies to accommodate Mission Command functions for use by future dismounted Leaders and Soldiers. Background and Description: The U.S. Army Communications-Electronics Research, Development and Engineering Center (CERDEC), Command, Power and Integration (CP&I) is trying to identify sources with the interest and capability to provide multimodal Human-Computer Interaction (HCI) technologies to accommodate Mission Command functions for use by future dismounted Leaders and Soldiers. The ultimate goal of implementing a HCI system is to create a natural, intuitive and immersive interaction experience for Commanders and Soldiers. Current Mission Command systems typically permit keyboard, mouse, or even touch input as a single-mode of interaction. The requested HCI system will be organic to the Soldier for use in urban, remote and austere environments where there is limited or no communication networks. The CP&I goal is to determine which HCI technologies offer a more intuitive means of interacting with software to improve Army Leaders' ability to access and interact with information, thereby reducing cognitive load to combat information overload during the decision making process. In addition, it is believed a more natural way of interacting with Mission Command software shall reduce the learning curve and improve retention, while soldiers learn how to use Mission Command software, perform Mission Command tasks, and execute After Action Reviews. The target platform for this RFI is the Program Executive Office - Soldier (PEO Soldier), Project Manager Soldier Warrior (PM SWAR) existing and future Nett Warrior End User Devices (EUDs), and should be compatible with Soldier protective equipment. Existing Commercial Off-The-Shelf (COTS) and Government Off-The-Shelf (GOTS) technologies, as well as long term technologies leading up to 2025 are sought. Technologies shall be used in any or all battlefield environments from noisy and silent (covert) to hostile and benign. Combining these modalities would provide Commanders with a more natural means of interacting with Mission Command information. These desired capabilities for the system are requested to include, but not be limited to the following: Input / Output oHands-free operation preferred oMulti-modal capability: Automatic Speech Recognition (ASR), gesture, touch, eye tracking, Haptic, Force Feedback, Brain Computer Interface (BCI) oOne-hand operation with protective hand wear oTouch screen and/or easy-to-use button wheel control Wearable, adaptive displays Readable displays in all light conditions and usable with Night Vision Goggles (NVG) without backlighting Low Power consumption, Lightweight, Flexible and Durable Compatible with Android Operating System (OS) This sources sought notice is for planning purposes only and does not constitute a solicitation for bids/proposals. It is not to be construed as a commitment by the Government. The Government does not intend to pay for any information provided under this sources sought announcement. Responses will assist the Government in determining potential responsible sources and to determine the technical capability of the domestic production base. Requested Information: The Government is requesting contractors provide sufficient information in the form of a white paper which should include a description of the capabilities, technical expertise, and relevant past experience. In addition interested sources are requested to complete the enclosed questionnaire. All submissions must be in Microsoft Word or Adobe PDF (1-inch margins and 12 point Arial or Times New Roman font), e-mailed to Nina Bushnell, Contracting Officer at nina.m.bushnell.civ@mail.mil, and Myong Parker, Contract Specialist at myong.h.parker.civ@mail.mil. Questions regarding this RFI should be directed to these individuals as well, any other means of communication is considered inappropriate. Questions regarding this RFI must be received no later than Close of Business (COB) May 12, 2015. Label the cover page clearly with RFI title, respondent organization, and POCs. The page limitation for the white paper is 3 pages, including figures & tables but excluding the completed questionnaire. All respondents are required to complete the Central Contractor Registration (CCR) process to be considered eligible for any potential Department of Defense contracts. CCR registration information can be obtained at http://www.ccr.gov/. All responses shall be unclassified. All submissions must be received no later than 4:00 PM EDT on May 22, 2015. Responses shall not be above the level of Unclassified/For Official Use Only (FOUO). The information provided and received in response to this announcement is subject to the conditions set forth in FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes. Questionnaire 1. Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of ____ and 2 secondary NAICS codes of ______ & _______. The Small Business Size Standard for this NAICS code is ____ million. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Place an X in front of the appropriate size standard: ___ Large Business ___ 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 2. 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? 3. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code _____ and secondary NAICS codes ______? If you are a SB answer questions 3A. All others skip to Question #4. a. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? 4. Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs) in similar scoped efforts? a. If you answered quote mark yes quote mark to Question # 4, please provide as much of the following information as possible: b. MAC contract number(s); c. aggregate dollar value of entire MAC contract; d. aggregate dollar value of task orders you prime on each MAC; e. number of task orders you prime on MAC; 5. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 6. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements identified in this RFI. 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. 7. Is your company currently providing similar services 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. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. 8. 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? 9. What are the core competencies of your employees that would support the requirements of this RFI? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirement. 10. Does your company have a facility clearance should it be required? __________YES ___________NO a. If you answered YES to the previous question, please state the level of facility clearance and location of that facility within the proximity to APG, MD. 11. Do your employees, that would support this effort, have at a minimum a SECRET level clearance for off-site and TOP SECRET/SCI for on-site? 12. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 13. Has your firm contracted with foreign companies in the past? If so, which ones? 14. Does your firm have personnel with the required IA certificates (Security+, Network+, A+, CCNA/CCNP/CCIE, MCP/MCSA/MCSE)? a. If so, are they locally in the Aberdeen Proving Ground area? b. Are they registered in AT&CTS? 15. Teaming arrangements - please see the attachment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/52613e6054ef50ff71b272b6c5702a8a)
 
Place of Performance
Address: ACC-APG - Aberdeen Division A 6001 COMBAT DRIVE, Aberdeen Proving Ground MD
Zip Code: 21005-1846
 
Record
SN03719159-W 20150506/150504234831-52613e6054ef50ff71b272b6c5702a8a (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.