Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2020 SAM #6958
SOURCES SOUGHT

99 -- Night Vision Goggle Next Request For Information RFI

Notice Date
12/15/2020 12:08:31 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB21NightVisionGoggleNext
 
Response Due
1/29/2021 9:00:00 AM
 
Archive Date
02/13/2021
 
Point of Contact
Gregory Faulcon
 
E-Mail Address
gregory.faulcon.civ@mail.mil
(gregory.faulcon.civ@mail.mil)
 
Description
Solicitation Number: Night Vision Goggle - Next (NVG-N) Notice Type: Sources Sought Synopsis: REQUEST FOR INFORMATION (RFI) ONLY FOR PLANNING PURPOSES This notice serves as market research in accordance with FAR Part 10. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS REQUEST FOR INFORMATION. The purpose of this RFI is to gain information on cutting-edge commercial technologies leading to Government/Industry partnering to accelerate the development of state-of-the-art technologies that will enable the Warfighter to be more effective, efficient and lethal. The U.S. Army Contracting Command-Aberdeen Proving Grounds (ACC-APG) is seeking sources on behalf of the Combat Capabilities Development Command (CCDEVCOM) C5ISR Center (C5ISR) Night Vision and Electronic Sensors Directorate (NVESD) to develop the next generation of night vision capability for the Close Combat Force Direct Support (CCFDS) Soldier (CCFDS defined as Close Combat Force Direct Support, consisting of: Cyber, Signal/Info System, Field Artillery, UAS Repair/Operator, Intelligence, Infantry, Engineer, CBRNE, Field Surgeon, Medic, Paralegal, Human Resources, Chaplain, Transport, Ammunition, Mechanic, Allied Trade Specialist and Logistics Soldiers). �At a minimum, these Soldiers require overmatch capability while filling the following roles: Execute Combat Support and Combat Service Support Tasks at night or in no/low light conditions. Operate vehicles at night with adequate speed and mobility to support increased operational-tempo of a modernized Close Combat Force (CCF).? Identify and react to threats at increased ranges at night. Execute individual and collective tasks at night with increased speed to reduce time of support to CCF (classes of supply distribution, Tactical Operations Center/Tactical Air Command [TOC/TAC] relocation procedures, vehicle recovery, etc.) ? Clearly and quickly transition to focus on objects at varying distances (inches to hundreds of meters) with little/no mechanical adjustment. The purpose of this RFI is to gather the necessary information in order to inform future requirements for this need. Respondents are asked to provide white papers that identify night vision solutions that meet the needs described herein. Specifically, NVESD anticipates the NVG-N program to enhance existing capability (PVS-14) in order to significantly improve the lethality and survivability for the CCFDS Soldier, and as such encourages a variety of responses. To help shape responses, the following are the key areas of consideration for NVG-N, however this is intended only as a guide and thresholds/objectives are subject to change to accommodate desired functionality: The imaging performance of NVG-N must be an improved capability compared to the current fielded (PVS-14). Specifically, NVG-N will: Provide increased depth perception to the user as compared to their current system by employing a binocular approach. Will be capable of allowing an equipped Soldier to recognize an upright moving man-size target in clear starlight out to 150 m (T) 300m (O). Maintain or increase system field of view (FoV) of not less than 40 degrees while maintaining or increasing existing detection distance standards. Should provide greater system resolution when compared to the user's current system within the systems recognition range with minimal optical distortion across the field of view, < 3% distortion (T), 0% (O). NVG-N should be ergonomic and capable of being comfortably worn for many hours of mission time. As such, the total head borne weight for baseline capability (including any batteries or mounting hardware, excluding the helmet) shall not exceed 1.5 lbs. Dimensional size of the NVG-N (excluding any eye cups, battery packs or cables) should be <1,150 cubic cm (T) <1,000 cubic cm (O) to provide the user a system that takes up less room when packed, presents less of a snag hazard when in use, and offers a more ergonomic center of gravity to reduce head and neck strain when worn for extended periods of time. � The NVG-N must support an increased operational tempo for equipped Soldiers. CCFDS Soldiers must operate vehicles at night with adequate speed and mobility to support increase operational tempo of a modern CCF. � The NVG-N will be compatible with current Near Infrared (NIR) aiming lights out to 150 meters to allow the user the capability to engage threats at extended range at night without having to move or remove the NVG-N from in front of their eyes. � Affordability will be a major consideration for NVG-N. In order to adapt to budgetary requirements, the Government is specifically seeking white papers that can be re-scoped to provide a breakout of additional capabilities beyond baseline capability stated in the above paragraphs for various average procurement unit cost (APUC). Examples of additional capabilities include but are not limited: access to heads-up digital information, interoperability with other programs of record, modular systems that are capable of enhancing Soldier performance, etc. �Capabilities above and beyond baseline lowlight level functionality may be heavier than the 1.5 lbs. threshold stated above, but total system weight in any configuration is not to exceed 2.3 lbs. � NVESD plans to utilize Virtual Prototype Systems (VPS) in a Virtual Prototyping Environment (VPE) to evaluate and demonstrate proposed NVG-N threshold and additional capability configurations in Early User Touchpoints to assist in defining NVG-N requirements. � In addition to technical information for potential solutions and industry state of the art, it is valuable to know timelines for which a solution(s) can be procured, both at a technology readiness level (TRL) 6 for evaluation in a Soldier Touchpoint (STP) or similar environment, as well as in larger quantities for possible fielding. Respondents should describe candidate solutions with regards to the following characteristics: Perception performance. How will the system present visual information to the Soldier? At what ranges will the Soldiers be able to detect/identify a man-sized target? How will ambient light level impact overall performance? Increased Operational Tempo. How does the solution better allow Soldiers to operate vehicles at night with adequate speed and mobility to support increase operational tempo of a modern CCF? Size, weight, power, and cost (SWaP-C). What is the form factor of the proposed system? What will the APUC be at quantities of 38,000 or more amortized over a 5-year production schedule? Ability to be upgraded. How can the proposed solution be upgraded in the future to incorporate additional capabilities or work with emerging Soldier system architectures? Variable Focus. How can the proposed solution transition to focus on objects at varying distances (from inches to hundreds of meters)? Is this accomplished through mechanical adjustment or some other means? Respondents are encouraged to submit multiple courses of action, specifically responding to: 1) what capability can be procured within the next 4 months? 2) What capability can be procured over a longer production schedule? 3) What capability can be procured for a minimal APUC? 4) What capability can be procured at a higher APUC that balances affordability with capability? Interested parties with the capabilities to satisfy the above are encouraged to submit a white paper, not to exceed ten pages, describing the system concept including technical performance characteristics, key enabling technologies, Technology Readiness Levels, conceptual drawing, and schedule. Industry teaming arrangements are not precluded.� Additionally, your response should include a discussion of your ability to meet the above stated criteria with a brief description of capabilities, and facility availability.� The supporting discussion should be in sufficient detail to enable the Government to determine if the potential vendor either has the product, hardware and data that meets the desired capabilities, or the capabilities and qualifications required for the development this system.� Responses should also include a cover letter (not included in the page count) providing: Point of contact information to include: company name, contact name, company address, website (if available), contact phone number, and contact email address. Your intention of being a Prime or a Subcontractor Your Company�s experience in performing this type of effort or similar type of effort (to include size and complexity) and a brief description of your direct support of the effort. � Further information will be posted to this website or other appropriate websites if required and when available. Respondents to this RFI should not expect a response to their submission. The data received in response to this market survey is for information purposes only and does not mandate or impose requirements. This is market research and is not a request for proposals. No contract award will be made on the basis of responses received; however, the information will be used in the Government's assessment of availability of capable sources. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up information requests. Nothing shall be construed herein or through this research process to commit or obligate the Government to further action as a result of this research. If a formal solicitation is generated at a later date, a solicitation notice will be published. It is desirable that data be provided with unlimited rights to the Government. However, the Government recognizes that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Responses should be provided via electronic submission to Mr. Gregory Faulcon Jr., Contracting Officer, ACC-APG, email: gegory.faulcon.civ@mail.mil, and as backup POC, Mr. Peter Buckless, Contracting Officer, ACC-APG, 4401 Boothby Hill Avenue, Aberdeen Proving Ground, MD, 21005-3013, 410-306-1887, email: peter.p.buckless.civ@mail.mil, not later than 45 calendar days from the posting date of this notice. Only electronic submissions are being accepted at this time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/da5b044f99de4855b55fe19b53ae7ba0/view)
 
Record
SN05874824-F 20201217/201215230145 (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.