Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2017 FBO #5727
SPECIAL NOTICE

99 -- 2017 Special Operations Forces Warrior Industry Collaboration (SOFWIC) & JSOC Capabilities and Technology Expo (JCTE) Solutions Event - CRADA Proposal Form

Notice Date
7/27/2017
 
Notice Type
Special Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-18-SOFWIC
 
Archive Date
11/30/2017
 
Point of Contact
SOFWIC,
 
E-Mail Address
SOFWIC@socom.mil
(SOFWIC@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Rocket Dog CRADA Proposal CRADA Proposal Form 2017 Special Operations Forces Warrior Industry Collaboration (SOFWIC) & JSOC Capabilities and Technology Expo (JCTE) Solutions Event 1. Introduction A. The Program Executive Office Special Operations Forces Warrior (PEO-SW) and Joint Special Operations Command (JSOC) will be holding "Industry Collaboration Days" on 15-16 November 2017. The purpose of this event is to provide industry with an opportunity for a focused engagement with members of PEO-SW and JSOC to share ideas that facilitate the delivery of innovative capabilities to Special Operations Forces (SOF). To alleviate any confusion regarding this event, please read the entire announcement thoroughly and refer to the agendas provided. B. SOFWIC will be held on Wednesday, November 15, 2017 at the Tampa Marriott Westshore and the JCTE Solutions Event will be held on Thursday, November 16, 2017 at Building 501E, MacDill AFB, FL 33621. C. The Day 1 (SOFWIC) General Session on November 15th will be open to all interested vendors. The General Session will consist of introductory presentations by Special Operations Forces Acquisition, Technology & Logistics (SOF AT&L) leadership, an overview of PEO-SW war fighting commodity areas, and forecasted contracting opportunities for FY18 and beyond. Following the General Session, the remainder of the day will consist of 60 minute, invitation-only sessions for selected vendors to discuss their White Paper and/or Cooperative Research and Development Agreement (CRADA) Proposal submissions addressing the Capability Needs listed in Paragraph 1.E. below. No other vendors will be allowed in these sessions besides the presenting vendor. Program managers, operational users, and representatives from the Director, Science and Technology (S&T) office, Small Business Innovation Research (SBIR) office, Technology Industrial Liaison Office (TILO), and the Tactical Assault Light Operator Suit (TALOS) program will be available throughout the day to discuss collaboration opportunities. Presenters of selected White Papers and/or CRADA proposals will receive their invitation via email. D. Day 2 (JCTE Solutions Event) on November 16th will be invitation only sessions with selected JSOC industry partners who have reviewed the unclassified or classified Capability and Technology Interest Items list released in conjunction with the PEO-SW sessions at the Special Operations Forces Industry Conference (SOFIC) in May 2017 and have submitted CRADA Proposals addressing those interest items. Note that JSOC is interested in CRADA proposals only. The agenda for this day will consist of six, 50 minute, invitation-only sessions. Special consideration will be given to CRADA proposals that address the JSOC top interest areas (#36, 46, 103, 116, 120, 192, 252, 308, 310, 318, 322, 323, 325, 331, 335, 336, 337, 350). Event discussions between presenters and government attendees may be up to the SECRET/NOFORN level. Presenters of selected CRADA proposals will receive their invitation via email. NOTE: If you have interest in requesting the 2017 JSOC Technology Interest Items List, send an email to osd.jcte@mail.mil to begin the process. E. For the Day 1 event (SOFWIC), the most up to date listing of Capability Needs is listed in priority order by commodity area below: (1) Ground Mobility a. Drivetrain and locking differentials Ground Mobility Vehicle (GMV 1.1) - Technology that will allow for transaxle replacement to increase reliability. b. Suspension technology (GMV 1.1) - Suspension upgrades/replacement to increase performance, durability, and reliability. Semi-active seating that ties into the upgraded suspension working together to isolate occupants from terrain induced shock loading. c. Cost reduction solutions for brakes, suspensions, C4ISR, etc. for Light Tactical All-Terrain Vehicle (LTATV), Non-Standard Commercial Vehicle (NSCV), GMV 1.0 and GMV 1.1 - Novel approaches to reduce the lifecycle costs (namely production and sustainment) associated with braking, suspension, and other vehicular systems. Current C4ISR components (antennas, mounts, cables, etc.) are expensive and long lead in nature. We are targeting reduced costs, improved lead times, and equivalent capability to our current SOF suite of C4ISR (LoS, SATCOM, ECMS). d. Low Cost, lightweight, rapidly attached/utilized tow bars (10k-20k lbs.) (GMV 1.1, GMV 1.0) - Quality built, sustainable tow bars that are lightweight, low cost, and rapidly attached for use on the medium family of vehicles (10k-20k lbs.) e. Shock Mitigating seating (LTATV, GMV 1.1) - Novel approaches for LTATV seating and/or seating material(s) that will mitigate the shocks associated with off road vehicle driving. f. Brake technology (GMV 1.1) - Brake upgrades/replacement to increase performance, durability, and reliability. g. Visual, Audible, and Thermal Signature Reduction (LTATV, GMV 1.1) - Novel reduction approaches in addressing visual (camouflage), audible (mufflers, sound suppression), and thermal (heat dissipation/reduction) signatures. h. Low profile Common Remotely Operated Weapon System (GMV 1.1) -Looking for small and light solutions that can utilize a wide range of weapons for a smaller tactical vehicle. i. Mature 12 Volt battery technology for cold temp start and/or reduced size without degrading Cold Cranking Amperage or AMP hours (NSCV, GMV 1.1) - Mature battery technologies that can withstand cold start scenarios down to -50 F and also extend the timeline for silent watch. Reducing size but not performance is ideal as well. j. Purpose Built NSCVs (Modular Purpose Built Chassis or common purpose built drivetrain for SUVs and Trucks) - Cost effective solutions for reduced logistics or to allow vehicles that are commercial in appearance to be reset at the end of the lifecycle instead of disposed of and re-procured. This would also allow different bodies to be interchanged on a common chassis to reduce logistical costs. The concept of Purpose Built is governed by the fact that vehicles are not modified commercial vehicles, but rather purpose built vehicles with little to no reliance on commercial vehicles. Vehicles are anticipated to be designed to mimic late model vehicles typically found in central Asia (e.g., Toyota Hilux, Toyota Land Cruiser 200, and Toyota Surf); armored against ballistic threats; 10 year vehicle life (minimum); vehicle designed for one or more resets; 4 wheel drive with heavy duty brakes and suspension to accommodate gross vehicle weight; full skid plates and running boards; diesel engines; and left hand drive. k. Tire technology and non-pneumatic efforts (GMV 1.1, LTATV) - Novel approaches addressing wheel/tire assemblies to allow for better suitability in soft soils and terrains. Tire technologies to allow for a broader range of environmental terrains (sand, mud, and rock), to include non-pneumatic types. l. Low Profile Antennas for Line of Sight, SATCOM, and ECMS (NSCV) - Antennas that can be hidden on/in/around the vehicle to appear almost non-existent while still effectively transmitting desired frequencies at specific power levels. m. Light Vehicle Safety Improvements and Accessories (LTATV) - Improvements to general safety items to include (but not limited to): seating, roll cages, stability control, driver assist functions, etc. n. Low Visibility Transferable Armor for commercial vehicles (NSCV) - Armor materials/panels, etc., that can be transferred and integrated from one commercial vehicle to another with minimal manpower and in a minimal timeframe. o. Lightweight Transparent Armor (NSCV, GMV 1.1) - Novel lightweight and cost effective technologies that can replace current heavy transparent armor solutions on vehicle platforms. p. OEM Electronic Control Unit (ECU) defeat (NSCV) - Solutions for bypasses the inherent safety controls built into OEM ECUs on FOSOV NSCVs to allow permanent disabling of features such as stability control and traction control which impedes use in a SOF environment. q. Low Cost, High Output Alternators for NSCVs - Targeting both 12V and 28V dual alternator combinations, along with high output single 12V and dual 12V solutions. The 28VDC alternator shall have a minimum of 130A (at 28VDC) output (80A at idle) and shall fit within the current engine compartment. Any single high-output alternator shall have a minimum 260 Amp (12 Volt DC) output rating at idle and engine operating temperature of 220 degrees F. The purpose of this RFI is to determine the availability of solutions to replace the existing package within NSCVs, allowing flexibility for future growth, and to clear real estate in the engine compartment if we can achieve our requirements with a lower cost and smaller solution. (2) Visual Augmentation Systems a. Signature Reduction technologies for Targeting Laser (Out of Band and Notional Laser) - Laser designation technologies that are able to be perceived through typical and widely fielded Image Intensification technologies. Notional laser could exist only in virtual reality and be perceived through an integrated augmented reality display inside an eyepiece of NVG. b. Head-mounted Devices- Looking for weight saving technologies or novel methods to move weight off of the head. c. Hand Held Devices- Seeking size, weight, and power enhancements on handheld VAS commodities. d. Weapon Mounted Devices Seeking size, weight, and power enhancements on weapon mounted VAS commodities. (3) Weapon Systems: a. Intermediate Caliber- Long Range Machine Gun 2000m- We are seeking a machine gun that has long range (2000m or greater) with weight comparable to the current medium machine gun (24lbs or less). b. Suppressed Upper Receiver Group (SURG) - Seeking next-generation, modular upper receiver group that is interoperable with current lower receivers and is optimized for full time suppressed operation. Must have advanced heat mitigation technology to counter mirage effect. c. Signature reduction for Small Arms- Sound, Flash mitigation technologies that are light weight and effective. d. Advanced/Precision Sniper Rifle- We are seeking a multi-caliber platform that can shoot 7.62x51mm,.300NM, and.338NM. to sub minute of angle. (4) Ammunition/Demolition: a. Domestic sources of production for non-standard ammo and weapons- Seeking domestic production for weapons and ammo in the 7.62x39, 7.62x54R, and 12.7x108 categories. b. Lightweight Ammunition- Seeking ammunition that can reduce weight by at least 30% of the current inventory of common ammunition from 5.56 up to 12.7x99. c. Toxin Free Ammo- Seeking both lead free and reduced toxin alternative to the current inventory of training munitions- Polymer Short Range training ammo, Blank fire ammunition, man- marking rounds, and short range training ammunition. (5) Soldier Protection, Survival, and Equipment Systems a. Armor - Novel technologies and designs that decrease weight while increasing level of protection. b. Helmets - Novel technologies and designs that decrease weight while increasing level of protection. c. Special Operations Eye Protection - Laser protection (visible and IR); ability for a single lens to adapt to various lighting conditions near instantaneously. d. Uniforms - Novel technologies and designs for heated clothing and gloves. e. Logistics - Financial Improvement and Audit Readiness compliant internet accessible web application (certified mixed/feeder system) for the Special Operations Forces Personal Equipment Advanced Requirements (SPEAR) program capable of property accountability, warehouse management, logistics/supply functions, financial, and personnel management data to include the conversion of measurements to sizes using an approved algorithm for Special Operations Forces-Peculiar (SO-P) individual equipment. Integration with the United States Special Operations Command (USSOCOM) logistics enterprise is mandatory. (6) Tactical Combat Casualty Care Medical Systems: Novel FDA approved technologies that apply to individual casualty care and casualty evacuation. (7) Find, Fix, Finish, Exploitation, and Analyze Capabilities. 2. White Paper Submission Guidelines A. Submitted Whitepapers are discouraged from being marketing in nature or previously submitted ideas. The PEO-SW office is looking for true innovative, out-of-the-box thinking, conceptual approaches, and ideas with respect to the areas listed in Paragraph 1.E. above. White Papers must be in the following format: (1) All White Paper submissions must be UNCLASSIFIED. (2) No more than two pages in length in Microsoft Word or.pdf compatible format including graphs, pictures, and analyses. Documents longer than 2 pages will not be considered in their entirety. Cover page and table of contents, if included, will not be included in the page count. (3) Page size shall be 8.5x 11 inches; font size shall be 12 point. (4) To ensure adequate consideration, the first paragraph in each white paper must clearly state which PEO-SW Capability Need the white paper pertains to. B. Include the following information at minimum: (1) Clearly identify the tactical and/or cost reduction benefits of your product or concept. (2) Identify the technical and programmatic risks you foresee in completing (or adapting) your design and include your program plan, timeline, testing, and current design level effort. (3) We are looking for mature technologies that would be available for operational environment testing or qualification (i.e., Technology Readiness Level (TRL) 7-9). Empirical, laboratory, or field test data to support the maturity of the proposed technology should be included. If you have lower TRL technologies, please refer to the S&T directorate site and feel free to attend the SOFWIC General Session (4) If available, please include a schedule and cost estimate in your white paper. 3. CRADA Proposal Submission Guidelines A. All CRADA Proposal submissions must be UNCLASSIFIED. However, if selected to present on Day 2 (16 Nov 17), vendor presentations may be up to the SECRET/NOFORN level. B. All submissions must include the attached CRADA Proposal cover sheet. CRADA Proposal formatting instructions and minimum information requirements are listed on the cover sheet. C. The attached fictional CRADA Proposal for a "Rocket Dog" system is provided as a representative example. 4. Use of Vulcan for White Paper and CRADA Proposal Submissions A. As announced at SOFIC 2017, Vulcan is a web interface and automated tech scouting tool to streamline efforts across the enterprise to discover and enable the sharing of vendor technologies within the SOF enterprise. PEO-SW and JSOC will use Vulcan to support this event. Please ensure that you are using the Vulcan interface for your submittal. To do so, sign up and/or log into Vulcan at https://www.vulcan-SOF.com. You can watch a video for detailed instructions at https://youtu.be/VXljH86zs60. (1) Navigate to "Calls" > "Open RFIs" on the left side of your dashboard. (2) Vendors desiring to submit White Papers in response to the PEO-SW Capability Needs listed in Paragraph 1.E. above MUST click on "SOFWIC 2017 White Papers". (3) Vendors desiring to submit CRADA proposals in response to the PEO-SW Capability Needs listed in Paragraph 1.E. above or JSOC Capability and Technology Interest Items MUST click on "JCTE 2017". B. The submittal page for each RFI will allow you to either submit a technology that your organization has already uploaded into Vulcan OR a new product/technology that you can upload as a Vulcan "Scout Card". However, note that you MUST upload your associated White Paper or CRADA proposal to the scout card and you can NOT submit the same technology scout card to both RFIs. If you are submitting a new technology scout card, you will be asked to: (1) Enter your organization by typing the first three letters in the appropriate field. If your organization does not exist in Vulcan, you will be prompted through additional fields to enter it. (2) Enter the title of your White Paper or CRADA Proposal. (3) Be direct and concise in describing your technology and what sets it apart (differentiators). (4) Provide your contact information. (5) Indicate your TRL (and Manufacturing Readiness Level if applicable). (6) Tag your technology to one or more areas of interest (type letters into Vulcan Tags to select from the list). (7) Provide optional Specifications and User information. (8) Upload pictures (.jpg,.png, gif file size not to exceed 5MB) and [if available] a Video link (Youtube or Vimeo). (9) Upload your White Paper or CRADA proposal (file size not to exceed 10MB). C. Note that the links may be used to upload multiple submissions (different technology products) if you elect to submit more than one White Paper or CRADA Proposal (i.e., you will create a Vulcan Scout Card for each and attach a White Paper or CRADA Proposal to each Vulcan Scout Card you submit). You should NOT create duplicates of the technology scout cards that may already be in the system for your organization. Just update the existing scout card and attach the requisite white paper or CRADA proposal before submitting to either RFI. D. If you experience problems issues with the Vulcan-SOF site or have any issues uploading your inputs as prescribed above, contact the Vulcan Help desk at contact@vulcan-sof.com. Note that you can edit your technology scout cards all the way through to the RFI deadline. As a result, there is no need to so, do NOT wait until the deadline to sign-up for a Vulcan account and manage your input. E. Based on the Government's assessment of the potential value and significance of the White Paper or CRADA Proposal provided, your company may be selected to present on Day 1 (15 Nov 17) or Day 2 (16 Nov 17) of the event. Selectees will be notified via e-mail from SOFWIC@socom.mil or osd.jcte@mail.mil with time and location details. 5. White Paper and/or CRADA Proposal Due Date: All White Papers and CRADA Proposals must be submitted through Vulcan no later than 01 September 2017. 6. Registration A. In addition to White Paper and CRADA Proposal submissions through Vulcan, ALL vendors who wish to attend the opening General Session on Day 1 (whether or not they submitted a White Paper or CRADA Proposal) must register at https://www.eventbrite.com/e/sofwic-2017-tickets-36197762482. This site will close on 31 October 2017 or when maximum capacity has been reached. Seating is limited so prompt registration is recommended to ensure access to the General Session on Day 1. Once your registration has been submitted, additional coordinating information will be received via e-mail from SOFWIC@socom.mil. B. In an attempt to limit headcount and allow for maximum exposure to different vendors, there will be a maximum of two people allowed per vendor. If you are a large company which has multiple business units, or multiple papers to present with different subject matter experts, we are allowing two presenters per selected white paper. 7. Who Should Attend? A. Day 1, 15 November 2017, at the Tampa Marriott Westshore: (1) Industry (large and small businesses) interested in gaining additional insight into future SOF capability needs can attend the opens session (approx. 0800-1000) on the morning of the 15th. (2) Industry that submitted a White Paper selected for presentation. These session will be held approx. 1000-1700 for vendors that were invited to present their submitted white papers. B. Day 2, 16 November 2017, Building 501E, MacDill AFB, FL 33621: Industry that attended SOFIC in May 2017 or requested a copy of the classified or unclassified JSOC Technology Interest Item List and then submitted a CRADA Proposal that is selected for presentation. 8. End State and What to Expect Afterwards? A. As an end state, industry can expect to better understand the needs and focus areas of the PEO-SW portfolio. B. Companies can gain knowledge of USSOCOM collaboration opportunities. C. Representatives from all business types can receive feedback through General Session Q&A and follow on feedback from the Operational User community if their technology information is deemed valuable and passed on. D. Each company selected to present on Days 1 and/or Day 2 will receive feedback on their presentation and may be selected to engage in a collaborative opportunity with USSOCOM or JSOC. 9. General Information A. Please note that this event is for collaboration purposes only. It does not constitute a specific offer or commitment by USSOCOM to fund, in whole or in part, any opportunities referenced herein. Respondents to invitations to present papers and registered General Session attendees are responsible to coordinate their own lodging and transportation requirements. Invitations to present a selected White Paper or CRADA Proposal should not be construed as a requirement for which the Government is financially liable. Respondents will not be reimbursed for any travel, labor, information, etc., they provide in conjunction with this Special Notice. No contracts will result from participation in this event or White Papers received; however, information received may be used in market research. B. This PEO-SW collaboration event is in accordance with FAR 15.201(e) and is specifically for future and emerging technologies that would significantly advance designated commodity areas. This is NOT a Broad Agency Announcement, solicitation, or request for contractual offers. Interested participants are requested to follow submission guidelines to minimize expending extensive effort in preparing a White Paper or CRADA Proposal that may not be considered or submitting unneeded proprietary information. All proprietary information will be safeguarded in accordance with FAR 3.104 and 18 U.S.C. § 1905. C. PEO-SW and JSOC will utilize contractor consultant/advisors to assist with the execution of this event. All advisors shall comply with procurement integrity laws and shall sign non-disclosure agreements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Contractor consultant/advisors will also be involved in follow on collaboration with selected industry partners, including managing and maintaining the DoD websites and other tasks PEO-SW and JSOC assigns.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-18-SOFWIC /listing.html)
 
Place of Performance
Address: 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
Zip Code: 33621-5323
 
Record
SN04601959-W 20170729/170727233455-81e4e160c1a417da3e11b72148b18816 (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.