Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2018 FBO #6033
MODIFICATION

59 -- Third Generation Forward Looking Infrared Long Range Advanced Scout Surveillance System (3GEN LRAS3) Engineering Change Proposal (ECP) Upgrade Effort

Notice Date
5/29/2018
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 10205 Burbeck Road, Building 362, Fort Belvoir, Virginia, 22060-5863, United States
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-18-R-A014
 
Point of Contact
Hanh T. Dinh, Phone: 7037040856, Rosetta Wisdom-Russell,
 
E-Mail Address
hanh.t.dinh.civ@mail.mil, rosetta.wisdom-russell.civ@mail.mil
(hanh.t.dinh.civ@mail.mil, rosetta.wisdom-russell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 02 is to add two questions as below: 1. What incentives would you recommend be used in an incentive contract and why? 2. Do you intend to include any intellectual property (IP) in your effort to execute this effort? If so, what IP an dwould the IP be available for sale to the Government? ----------------- Amendment 01 is to extend the submision date from 26 May 2018 to 1 June 2018. ----------------- REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION; The Government is not obligated to make an award as a result of this request. This Request for Information (RFI) is for informational purposes only; this is not an Invitation for Bids (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document exists and a 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 information and materials received in response to this RFI and is in no way obligated by the information received. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. 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 RFI Number W909MY-18-R-A014 is for tracking purposes only. All interested parties are encouraged to respond by submitting a white paper. The ideas presented in the white paper will be discussed and assessed by Product Manager Ground Sensors (PM GS). BACKGROUND/ DESCRIPTION: The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is conducting market research on behalf of the US Army's Office of the PM GS, in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this RFI is to identify potential sources that have the skills, experience, knowledge, and capabilities required to perform a technology insertion effort on the LRAS3. Technology insertion would be accomplished via an Engineering Change Proposal (ECP) to integrate the Third Generation Forward Looking Infrared (3GEN FLIR) B-Kit into the current LRAS3 and mitigate obsolescence. The LRAS3 is a multi-sensor system that includes a FLIR sensor, a Day Video Camera (DVC), an Eyesafe Laser Rangefinder (ELRF), and a Far Target Location (FTL) capability. The LRAS3 is a long range reconnaissance and surveillance system that provides a real-time target detection, recognition, and identification capability to the cavalry scout while operating 24-hours a day in adverse weather conditions. DESCRIPTION OF REQUIREMENTS This is a market survey to identify all parties interested in taking part in this entire effort as a prime contractor, and from sources that can act as a single system integrator in the following areas. The Government may engage in further market research discussions, either in person or telephonically, to better understand the capabilities and technologies described in the responses. 1. 3GEN LRAS3 Upgrade: The intent of the 3GEN LRAS3 ECP upgrade effort is to increase capability and mitigate obsolescence with minimal changes to the LRAS3 external interfaces (electrical and physical) except where required by the modifications listed below. The 3GEN LRAS3 will meet or exceed the requirements stated in MIL-PRF-A3264477G, in addition to those listed in the below upgrades. The ECP will reuse LRAS3 components where possible to minimize cost and risk. The following technologies are under consideration for insertion as part of the ECP: a. Integration of 3GEN FLIR B-kit capability that is under separate development by Product Manager Ground Sensors (PM GS). The 3GEN FLIR B-kit provides mid-wave and long-wave infrared (IR) imaging and significantly increases Detect, Recognize, and Identify ranges b. Integration of Military Global Position System (GPS) User Equipment (MGUE) receiver capability c. Integration of an Anti-Jam GPS antenna d. Integration of new Far Target Location (FTL) technology for increased FTL system precision. Desired improvement is Target Location Error Category I performance at 5 km and the ability to range targets to at least 20 km. e. Integration of a modernized high definition Biocular Display to support 3GEN FLIR capability f. Integration of a new Day Video Camera (DVC), including any necessary optics modifications g. Integration of Short Wave Infrared (SWIR) receiver and laser pointer to support Cross Platform Pointing Laser Receiver (CPPLR) capability. h. Update and consolidation of LRAS3 Circuit Card Assemblies (CCA) to support the above modifications and to mitigate obsolescence i. Development of mission software in support of the above modifications. Additional software capabilities under consideration include Vehicle Integration for C4ISR/EW Interoperability (VICTORY) and Sensor Computing Environment (Integrated Sensor Architecture) support. 2. Contractors should refer to the following list contains Interface Control Documents, Performance Specifications, and technical studies that suppliers may need to consider for this effort, which is available upon contractor request: • MIL-PRF-A3264477G, Performance Specification for Surveillance System, Scout, Long Range, AN/TAS-8( ) (LRAS3) • A3247000D, Interface Control Document (ICD) for the Block 1 LRAS3 • MIL-PRF-A3347042, Performance Specification for the 3GEN FLIR B-Kit • MIL-PRF-A3347043, Performance Specification for the 3GEN FLIR Detector/Cooler Bench (DCB) • MIL-PRF-A3347049, Interface Control Document for the 3GEN FLIR B-Kit • MIL-PRF-A3347044, Interface Control Document for the 3GEN FLIR DCB • Technical studies of 3GEN LRAS3 integration feasibility and concepts • CI-MGUE/GE-850E, Military GPS User Equipment Ground-Embedded Receiver Requirements • MSID-001A, Military GPS User Equipment Serial Interface Document The LRAS3 and 3GEN FLIR documents above are marked Distribution Statement D (limited to DOD and DOD contractors only). To request a copy of these documents, please contact Hanh Dinh, Contract Specialist, email: hanh.t.dinh.civ@mail.mil, cc Rosetta Wisdom-Russell, Contracting Officer, email: rosetta.wisdom-russell.civ@mail.mil, and Vincent Ramirez, Technical POC, at vincent.e.ramirez4.civ@mail.mil. No requests via telephone will be accepted. Include RFI number W909MY-18-R-A014 in the subject line and the following information: 1. Vendor Name: 2. Address: 3. CAGE Code: 4. POC Name, Phone # and email: Any requests for CI-MGUE/GE-850E and MSID-001A should be directed to the United States Air Force (USAF) Global Positioning Systems Directorate (SMC/GP). Additionally, the Government is in possession of a limited amount of additional technical data which includes the current version of: • Housing drawings, including electric connections • Component drawings for items in the optical path from front window through the Standard Advanced Dewar Assembly (SADA) II • Day video camera • Integrated System Processor CCA, including layout, schematic and software source code No technical information is available for the FTL system, top cover, or display assembly. No alignment procedures or processes are available. The technical data listed above will not be provided for review in response to this sources sought request. 3. Additional Technical Services: In support of the 3GEN LRAS3 ECP upgrade effort, technical services may be required to support updating Technical Manuals and training material, provide supporting logistical and technical data, prepare production ready drawings, and support Government test and evaluation efforts. Please identify your company's business size standard based on the North American Industrial Classification System (NAICS) code of 334511. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards Please provide the following information no later than 1 June 2018. Future communications related to this program will be distributed based on interested parties list. Sources responding to this request for information must provide the following information: 1. Brief Summary of the company. Company Information Company Name: Company CAGE Code: Company DUNS Number. If your Company holds a GSA Schedule contract (541 or other), please provide the Schedule number. Company Address: Company Website (if available): Company Phone #: Company email: Company Representative and Business Title: Company Socioeconomic Classification: Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 54171. For more information, refer to http://www.sba.gov/content/tablesmall-businesssize-standards: Small Business (SB), (8) (a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operated (VOSB), Service-Disabled Veteran-Owned (SDVOSB), or Historically Underutilized Small Business-Zone (HUB Zone), Historically Black College and Universities/ Minority Institutions (HBCU/MI) 2. Do you plan to prime? If so, continue to question #3. If you are not interested in being the prime contractor, discuss your specific technology or expertise that you can provide. 3. Does your company possess the capabilities to provide the entire range of these requirements? If your company requires acquiring or building new capabilities, describe the effort and timeline required. 4. Discuss your qualifications in integrating thermal imaging/infrared technology, optical design, electro-optic technology, far target location technology, circuit card assemblies, ruggedized electronics, and associated software or similar efforts. For any previous effort, please provide Contract Number, Point of Contact (POC), email address, phone number, and a brief description of your direct support of the effort. 5. Does your company have experience working with Government as a prime contractor for program of comparable size and complexity as described in the "DESCRIPTION OF REQUIREMENTS" section above? If so, please provide as much of the following information as possible: contract number(s), dollar value, production volume, and similarity of scope and effort. 6. Does your company possess an approved Defense Contract Audit Agency (DCAA) accounting system? 7. Does your company possess the capabilities to provide the entire range of services called for in the above requirements?_____ YES _______ NO 8. If you answered YES to Question # 7, please provide specific capabilities and examples for how your company can provide these services. 9. Is your company planning on business arrangements with other companies, please describe the process used in selecting the members? 10. 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. 11. Is your company currently providing similar services to another government agency (you may also include contract numbers 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. 12. 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? 13. 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 the above requirements. 14. Does your company have a SECRET facility or access to one should it be required? 15. Do all employees that would support the above requirements have a SECRET Clearance? If not, what percentage of employees that would be involved in this effort have a security clearance? 16. Existing Government Contracts: Indicate if vendor is currently on any Federal Supply Schedules, Government wide acquisition contracts, multi-agency contracts, and any other procurement instruments intended for use by multiple agencies. If yes, provide contract name(s) and number(s). 17. Given the listing of data available in the "DESCRIPTION OF REQUIREMENTS" section above, does this list represent an adequate amount of data to complete the effort? If not, what additional technical data would your company require in order to execute the described effort? Contractor is encouraged to provide details on impact of any technical data needs including cost or schedule impacts from lack of technical data at the start of the project. 18. Is your company certified by a quality management system (QMS) standards organization? If so, which one? 19. What is your estimated schedule to complete the upgrade effort, including development and qualification testing of prototype systems (assume 10 prototypes are required)? 20. Where would the engineering work and integration of 3GEN LRAS3 components take place? If it is in a foreign country, do you have any contracts with the US government involving engineering and production at the planned facility? How do you intend to comply with ITAR laws and regulations? THE FOLLOWING ONLY APPLIES TO THE SMALL BUSINESS RESPONDENTS: In addition to the above, small businesses responding should provide the following information. Responses to questions 21-24 will not count against the 20 page limit. 21. If you are a small business and plan to prime please inform how you will meet the limitations on subcontracting Clause 52.219-14. 22. If you identify your company as a Small Business or any of the Small Business subcategories above, then is your company interested in being a prime on this contract? 23. Under the current SB size standard, do you anticipate your company remaining a small business, under the stated NAICS code 334511? 24. If you are a small business, can your company sustain if not paid for 90 calendar days? SUBMITTAL INSTRUCTIONS: Interested parties with the capabilities to meet the above requirements should electronically submit White Papers of not more than twenty (20) pages, 8.5" x 11" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around, discussing your company's ability to meet the above requirements. The response should include a complete discussion of the ability to meet the above stated characteristics and capabilities, contractor's facility availability and staffing capabilities. The supporting documentation must be in sufficient detail to enable the Government to determine if the potential vendor either has the required product, hardware, and data, or the capabilities and production qualifications required for this combined effort. Please also include a discussion of any commercially available solutions, which your company can provide. Descriptive literature of the commercial product, if available, should be provided and will not be included in the above page count. Responses should also include a cover letter (not included in the page count) providing: • Contact and Company information • Name • Title • Mailing address • Phone number • Email address Responses are due no later than 3:00 PM EST (local time at Fort Belvoir, VA) on 1 June 2018. Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Send responses electronically to: Hanh Dinh, Contract Specialist, email: hanh.t.dinh.civ@mail.mil Rosetta Wisdom-Russell, Contracting Officer, email: rosetta.wisdom-russell.civ@mail.mil PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. Note that RFI respondents must designate a single point of contact for receipt of all information pursuant to this RFI. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. All requests for further information must be in writing or via email; telephonic requests for additional information will not be honored. You may forward request for additional information and/or responses to Hanh Dinh, Contract Specialist at hanh.t.dinh.civ@mail.mil, Contracting Officer at: rosetta.wisdom-russell.civ@mail.mil. Acknowledgement of receipt will be issued. Include RFI number W909MY-18-R-A014 in the subject line
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/16ded348034360d1d542a7d7beb5406a)
 
Place of Performance
Address: ACC-APG Belvoir, fort belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN04936383-W 20180531/180529230756-16ded348034360d1d542a7d7beb5406a (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.