Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
SOURCES SOUGHT

B -- Academia and Federally Funded Research & Development Centers

Notice Date
5/9/2017
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
 
ZIP Code
23604-5538
 
Solicitation Number
REF05-FY17
 
Archive Date
6/24/2017
 
Point of Contact
Ronnie Perry, Phone: 7037042715
 
E-Mail Address
ronnie.j.perry2.civ@mail.mil
(ronnie.j.perry2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Introduction The U.S. Army Rapid Equipping Force (REF) is interested in understanding the availability, experience, level of technical proficiency, and costs associated of qualified Academia Institutions, and Federally Funded Research & Development Centers (FFRDC) to assist emerging and innovative state-of-the-art technology supporting U.S. Army Warfighter requirements. This RFI is for planning purposes only - Your response to this RFI will be treated as information only. This RFI shall NOT be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products, or services. NO reimbursement will be made for any cost incurred, (and/or) associated with providing information in response to this RFI, or any follow-up information. The Government does NOT intend to award a contract on the basis of the RFI, or to otherwise pay for the information submitted. Background The REF studies, assesses and evaluates current and evolving Commercial Off-The-Shelf (COTS) and Government Off-The-Shelf (GOTS) technologies to provide up-to-date solutions to operational requirement needs identified by the U.S. Army Warfighter. The REF has identified an opportunity for Academia, and FFRDC to contribute to the REF's requirements through collaborative efforts. The REF is attempting to identify sources within the Academia and FFRDC communities that can support new and surge requirements in the below focus areas. Work will primarily be performed on-site at U.S. Government locations within the Continental United States. All personnel shall possess a minimum of a U.S. Secret clearance at the time of work commencement. Your organization must have a Top Secret facility clearance in order to hold or add any necessary clearances. Description The REF provides innovative materiel solutions to meet the urgent requirements of U.S. Army forces employed globally, informs materiel development for the future force, and on order expands to meet operational demands. The REF seeks to identify sources that have interest, availability, and level of technical capabilities (Technology Readiness Level (TRL) 6 or higher) to provide technical advisory, assessment, test and evaluation, and quality assurance support in the following focal area(s): Non-Lethal Capability • Counter-Personnel Non-Lethal Weapons and capabilities with reversible effects • Counter-Materiel Non-Lethal Weapons (Vehicle Stopping Devices, Radio Frequency Jamming) Persistent Duration ISR • Small scale, long endurance, low signature, modular payload ISR platforms • Vehicle and personnel situational awareness tools to support long duration maneuver operations Company and Below ISR • Man-packable, ground and aerial based ISR platforms • Vehicle and personnel situational awareness tools to support maneuver operations Expeditionary Force Protection • Vehicle and personnel protection during maneuver operations • Emerging ground and aerial threats Subterranean Operations • Individual and crew equipment to enable underground entry operations • Individual and crew equipment to enhance Soldier protection, mobility and visual augmentation • ISR, mapping and communications to support maneuver operations in GPS denied areas Counter-Tunneling • Tunnel detection, mapping and early warning of threats • Mitigation of tunnel based threat personnel and materiel Robotics / Counter-Robotics • Autonomous/semi-autonomous ground and aerial platforms to support tactical maneuver operations • Mitigation of individual, swarm, emerging threats from ground and aerial platforms Enhancing Lethality • Individual and crew equipment to enhance threat awareness and provide lethal overmatch capabilities • Weapons, ammunition, visual augmentation systems and fire control suites at the tactical level Hard Kill Defeat Group 1 UAS - (Mobile and Kinetic Options) • Physical disruption of threat UAS platforms and controller devices • Identification, geo-location and targeting of enemy operator • Electronic Warfare (EW [Mobile and soldier portable options]) Maximizing Water and Power • Individual and tactical unit water purification, storage and distribution • Enhanced Soldier and vehicle energy efficiency and form, fit, function • Expeditionary power generation and signature reduction Specialty Individual / Crew Equipment • Individual and crew equipment to enhance dismounted and mounted Soldier mobility • Individual and crew equipment to support Soldier survivability and mission command RFI RESPONSE INSTRUCTIONS All information provided shall be UNCLASSIFIED and will become U.S. Government property; no information will be returned. The Government recognizes that proprietary data may be a part of your submittal, and must be clearly marked. Interested sources should respond with the following information: Capabilities Package Responses are limited to the topics provided. A capabilities statement is requested for the focal area(s) that aligns with your organization's capabilities. The capabilities statement should include the following: (1) Name of Focal Area; (2) The technical capability(ies) and technical approach your organization can offer to the focal area(s) outlined; (3) Recent, relevant experience and/or capabilities to the focal area(s) should be provided (maximum of two capabilities). Recent, relevant experience is defined as performance of the same or similar work within the past three (3) years (identify prime contract number, issuing government agency or commercial company, period of performance, NAICS code and cumulative funded value); (4) Rough Order of Magntitude (ROM) fully loaded labor rates for key labor categories in support of the focal area(s); (5) Please identify the level of maturity and test readiness of the product/service, if applicable. (If the system has been tested by U.S. Government, academia or industry test inspectors, please identify the organization, approved test date and level.) Organizational Information Additional information should be submitted to include the following: (1) Official organizational name, mailing address and official website address (2) Point-of-Contact information (name, title, telephone, and e-mail address) (3) DUNS Number (4) CAGE Code (5) Highest Facility Clearance Level (6) Please identify any affiliate who may assist in support of this requirement (joint venture partners, teaming partners, etc) Based on the responses, the REF may request an unfunded in-person presentation. This presentation is in addition to the written response, and is optional for each invited company at the discretion of the REF. This presentation will strictly be used for data gathering purposes. • Interested sources should submit a capabilities package not-to-exceed 35 pages (maximum of three (3) single-sided, single-spaced pages for each focal area plus two (2) pages for the additional information). The font shall be Times New Roman and the font size shall be no less than twelve (12) point. Use at least 1-inch margins on the top and bottom and ¾ inch side margins. • Page size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count. Do not submit any other documents (letters, corporate statements, past performance questionnaires, or standard marketing brochures or catalogs) other than the requested information. Reponses that are not in accordance with the instructions above, including the due date, time and page limitations, may not be reviewed. • The REF does not plan to respond to oral or written questions other than to confirm receipt. However, in some cases, the REF may request additional information and/or facilitate exchanges on a particular area.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d22b9f161dd3afd637a2ac93fd43a077)
 
Place of Performance
Address: Rapid Equipping Force, 10236 Burbeck Road, Fort Belvoir, Virginia, 22060-5852, United States
Zip Code: 22060-5852
 
Record
SN04501325-W 20170511/170509235053-d22b9f161dd3afd637a2ac93fd43a077 (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.