Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2020 SAM #6748
SOURCES SOUGHT

66 -- Soldier Borne Gunshot Detection

Notice Date
5/19/2020 7:09:48 AM
 
Notice Type
Sources Sought
 
NAICS
54171 — Research and Development in the Physical, Engineering, and Life SciencesT
 
Contracting Office
ACC-ABERDEEN PROVING GROUNDS CONT C ALEXANDRIA VA 22331-0700 USA
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-20-R-A033
 
Response Due
6/22/2020 9:00:00 AM
 
Archive Date
07/07/2020
 
Point of Contact
Cheryl D. Beaty, Phone: 7037040862, Rosetta Wisdom-Russell, Phone: 7037040826
 
E-Mail Address
cheryl.d.beaty.civ@mail.mil, rosetta.wisdom-russell.civ@mail.mil
(cheryl.d.beaty.civ@mail.mil, rosetta.wisdom-russell.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY: THIS IS NOT A SOLICITATION: No award will be made as a result of this request. This RFI is for information and planning purposes only; this is not an Invitation for Bid (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 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. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. If a solicitation is issued, it will be synopsized on the Army Single Face to Industry (ASFI). It is the responsibility of the potential interested parties to monitor this site for additional information pertaining to this requirement. NOTE: The use of RFI Number W909MY-20-R-A033 is for tracking purposes only and shall be referenced in any responses to this RFI. All interested parties are encouraged to respond by submitting a white paper by the date specified in this RFI. BACKGROUND DESCRIPTION:� ����������� ����������� The U.S. Army Contracting Command-Aberdeen Proving Grounds Belvoir Division, �on behalf of the Combat Capabilities Development Command (CCDC), Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance and Reconnaissance (C5ISR) Center, Night Vision and Electronic Sensors Directorate (NVESD), in accordance with the Federal Acquisition Regulation (FAR) Part 10, releases this RFI. The purpose of this RFI is to request information for small arms gunshot detection systems that may have the potential to be demonstrated in a live fire performance analysis and evaluation in 4th Quarter (Q4) fiscal year �(FY20). Technologies of interest are those that enhance Soldier�s situational awareness by detecting and localizing small arms gunshots that are digitally communicated to Soldiers and their systems. Important parameters include false alarm rate Federal Acquisition Regulations (FAR), probability of detection (PoD), azimuth/elevation to target and range to target. These technologies include, but are not limited to the following areas: Small arms gunshot location and detection techniques Passive acoustic sensors, radio frequency (RF) and electro-magnetic (EM) systems Digital imaging sensors (visible and near, short, mid and long wave infrared) � Artificial intelligence, computer vision and/or machine learning techniques False alarm detection reduction Classification of detections These technologies should be suitable for individual Soldiers and small disaggregated tactical squads. Sources should keep in mind that technology improvements are intended for Soldier or small autonomous borne systems, so proposed solutions should have a focus on minimizing Size, Weight, Power and Cost (SWAP-C).�� �� Objectives: � Determine available capabilities to improve Soldiers situational awareness via small arms gunshots detection Survey capabilities in small arms gunshot detection within varied environments � Identify candidate technologies capable for demonstration in a live fire system performance analysis Successfully demonstrate gunshot detection systems software integration with Tactical Assault Kit (TAK) and with the Nett Warrior platform Tactical Assault Kit (TAK)/Nett Warrior Integration: Integrating with TAK/Nett Warrior is an important requirement of this effort. The resources below provide more information TAK and how to obtain TAK software development for system integration. Civilian TAK can be found: https://www.takciv.org/civilian-licensee-downloads/ If the vendor has an applicable DoD contract, the Mil TAK SDK can be requested: https://takmaps.com/sdkform/ More information can be found on the respective websites and this wiki: https://wiki.takciv.org/index.php?title=Main_Page RFI Submission Instructions� 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. ����������� The Government requires two (2) documents; Cover Letter and Technical Narrative in your response.� The document formats shall be:� COVER LETTER: The response shall include a Cover Letter. The Cover Letter should briefly state the interested parties� interest in the Nett Warrior Integrated Soldier Borne Gunshot Detection System. The cover letter shall also include the following information: Subject: Nett Warrior Integrated Soldier Borne Gunshot Detection System: Brief Summary of the company: Company name Company CAGE Code: Company DUNS Number. If your Company holds a GSA Schedule contract (541 or other), please provide the Schedule number Date of incorporation Number of years in business Number of employees Mailing address Company Website address The singular point of contact for all information pursuant to this RFI. Phone Number Email address 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 541712. 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) In addition to the cover letter, respondents shall provide short concise answers to the following questions to provide background information (not part of the 3 page minimum). Questions: � Brief overview of company history, limited to 3 paragraphs 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? If so, does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide? Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary stated NAICS code 541712? 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. If you are a small business, can you go without a payment for 90 days? 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. Do you have experience as a prime producing commercial items that may be of similar scope, complexity and nature? Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. Interested parties 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. 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? B.� TECHNICAL NARRATIVE: The Technical Narrative shall be submitted as two files.� The content of each file shall be identical.� The primary submission shall be MS Word *.docx format.� A copy in Adobe *.PDF is also required. Page Size: 8.5 x 11.0 inches Margins: 1 inch all around Font: Arial or MS Sans Serif Font Size: 12 point The technical narrative submitted shall NOT exceed 10 pages. This page limit includes all material submitted (i.e. figures, plots, pictures, etc.). Respondents shall address the following questions within the technical narrative. Questions: Name/type of technology and provide any relevant figures, diagrams or models of system. Is the system soldier wearable, weapon mounted or stand alone? Explain how one unit works and how units interact/communicate with each other as a network. How many units are recommended for the system to work well? TAK integration is a requirement in the near future. Has your system been integrated with Nett Warrior or TAK? If not, explain if your system can meet this requirement and how it will meet this requirement. See below for more information on TAK. Provide a table with key performance parameters such as false alarm rate, probability of detection, range to detection as well as size, weight and power of the system. Include specific details about the verification testing, such as environment, weapon type, etc. Otherwise, explain in detail how performance data was determined. Describe the power system. Can it be powered by a Conformable Wearable Battery (CWB) through a 5V USB interconnect, which would ultimately communicate with Nett Warrior? Please explain the feasibility and your plans. Include relevant applications and environments in which the system has been used. Is your system available to be procured within one year? What is the estimated unit cost for quantities 1, 10, 1000 and >10,000, and what is your estimated monthly production quantity? Explain. � Question and Answers Responses shall be e-mailed to the Points of Contact listed below. Paper copies of the submittal will also be accepted. Email responses should not exceed 5 Megabytes (MB). Send responses electronically to (Include ""RFI number W909MY-20-R-A033"" in the subject line.): Cheryl D. Beaty, cheryl.d.beaty.civ@mail.mil and, Contracting Officer: Rosetta Wisdom-Russell, rosetta.wisdom-russell.civ@mail.milAll information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Responses are due no later than 12:00 PM EST (local time at Fort Belvoir, VA) on 22 June 2020. All requests for 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 Contract Specialist:� Cheryl D. Beaty, cheryl.d.beaty.civ@mail.mil and, Contracting Officer: Rosetta Wisdom-Russell, rosetta.wisdom-russell.civ@mail.mil. Data Rights It is desirable that data be received with unlimited rights to the Government. However, it is recognized that proprietary data may be included with the information provided. If so, it is the responsibility of the interested party submitting data to clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. No Classified data shall be provided via email. Disclaimer Any information submitted by respondents to this sources sought synopsis is voluntary. The Army does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment for any purpose. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are ""best"" estimates only.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/47dc0b47c04645d496d00f6a322d46a2/view)
 
Place of Performance
Address: Fort Belvoir, VA, USA
Country: USA
 
Record
SN05663327-F 20200521/200519230158 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.