Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 26, 2022 SAM #7482
SPECIAL NOTICE

99 -- Market Survey - Detroit Arsenal Innovation Other Transaction Agreement (DAI OTA)

Notice Date
5/24/2022 4:21:03 AM
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Response Due
6/21/2022 2:00:00 PM
 
Point of Contact
Dawn E. Wright, Phone: 5862828053, CATHERINE E. MILLER, Phone: 5862827958
 
E-Mail Address
dawn.e.wright.civ@army.mil, catherine.e.miller.civ@army.mil
(dawn.e.wright.civ@army.mil, catherine.e.miller.civ@army.mil)
 
Description
Request for Information (RFI): DESCRIPTION OF INTENT: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. No agreement will be awarded from this announcement. This is not a Proposal Request or an announcement of a forthcoming solicitation, nor is it a request seeking contractors to be placed on a solicitation mailing list. Response to this RFI is voluntary and no reimbursement will be made for any costs associated with providing information in response to it and any follow-on information requests. Data submitted in response to this RFI will not be returned. No solicitation document exists at this time, and calls requesting a solicitation will not be answered. DISCLAIMER: Reference herein to any specific commercial company, product, process, or service by trade name, trademark, manufacturer, or otherwise, does not necessarily constitute or imply its endorsement, recommendation, or favoring by the United States Government or the Department of the Army (DA). The opinions of the authors expressed herein do not necessarily state or reflect those of the United States Government or the DA, and shall not be used for advertising or product endorsement purposes. PROPRIETARY INFORMATION: It is the responsibility of Industry, when providing any comments/responses, to properly mark such information that is considered proprietary or is otherwise restricted. The United States Government (USG) is not obligated to protect unmarked data. Nor is the Government obligated for like data in possession of third parties or for data which is afterwards placed in the public domain by the contractor or by third parties through no fault of the USG. Should the USG need to reproduce the protected data for distribution purposes between Government offices, all such data will be reproduced with restrictive legends in place. The USG acknowledges its obligations to protect confidential information provided to the Government (18 U.S.C. �1905). Pursuant to this statute, the USG is willing to accept any trade secrets or proprietary restrictions placed upon qualifying data forwarded in response to this RFI and to protect such information from unauthorized disclosure, subject to the following: ����������� Qualifying data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified as to exactly what data so qualifies. ����������� Mark only data that is truly confidential. ����������� Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis. ����������� Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: ""PROPRIETARY PORTION BEGINS"" and ""PROPRIETARY PORTION ENDS."" Support Contractors: The Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain proprietary information may receive only limited or no consideration since the Respondent's marking of data as ""PROPRIETARY"" will preclude disclosure outside the Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. The Government will use its best efforts to evaluate those responses that contain proprietary information without using support contractors consistent with the resources available. GENERAL INFORMATION:� There is no risk to respondents for participating in this RFI.� Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the U.S. Government. The U.S. Government will in no way be bound to this information if any solicitation is issued.� However, this is an important opportunity for industry to provide input on this upcoming solicitation.� This RFI, and all information herein, is for informational planning purposes only and does not constitute a �Proposal request of any kind,� nor is it to be construed as a commitment by the U.S. Government. INSTRUCTIONS FOR RESPONDING TO THIS REQUEST:� Responses to the RFI are due on 21 JUNE 2022. It is ideal for response to be in white paper format but any format will be accepted.� Responses received after the stated due date, whether received by email or by mail, may not be considered. Responses to this request for information should be sent via e-mail to usarmy.detroit.acc.mbx.detroit-arsenal-innovation-ota@army.mil. �You are requested to put ""Detroit Arsenal Innovation OTA RFI"" in the subject line of the e-mail and attachments shall be in MS Word or PDF format. INSTRUCTIONS FOR COMPLETING THIS RFI:� 1.�������� Please respond to every question. 2.�������� Number each response with the appropriate question number. 3.�������� Questions do not have to be repeated in the response. 4.�������� A �No Response� indication can be provided for those question with a �no� answer. 5.�������� If a response will satisfy another question, state: �See response to question XX.� 6.�������� Include relevant sales media and product manuals. If providing an ACROBAT formatted manual, annotate the manual to indicate which material is applicable to the questions. If preferred, include Internet Web links to locations where animations/videos may be viewed. 7.�������� If providing sales media and/or manuals containing a restricted distribution statement, issue a release statement indicating that the restricted material may be distributed to Army personnel involved with this RFI. 8.�������� Spell out any acronyms in their first instance. 9.�������� Clearly mark any proprietary information. If applicable, the front page of the response package should state, �Proprietary Information Contained.� ADMINISTRATIVE INFORMATION: a. Company Name:� b. Mailing Address:� c. Company Website: d. CAGE:� e. North American Industry Classification System (NAICS): f. Location of Facilities: g. Unique Entity Identifier (UEI):� h. Business Type (check applicable): ����������� Small Business ___ ����������� Large Business ___ Other: _____________________________________________������������ i. Personnel Responding to this Questionnaire: 1. Name:� 2. Title: 3. Telephone Numbers:� 4. E-mail address:� Questions, comments, or concerns, should be sent to the usarmy.detroit.acc.mbx.detroit-arsenal-innovation-ota@army.mil mailbox. The U.S. Army Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC) is considering pursuing award of an Other Transaction Agreement (OTA) for Prototype Projects, titled Detroit Arsenal Innovation OTA, under the authority of 10 U.S.C. �4022 (formerly 10 U.S.C. �2371b), using a consortium-based model, to advance technologies to support the needs of the Detroit Arsenal community, as well as other Department of Defense (DoD) customers that have technology needs in the areas of: Autonomy/Connectivity � Technologies to advance autonomy and autonomous perception, intelligent behaviors, and Human Machine Interaction (HMI) and Operator Controlled Units (OCU).� This also includes technologies that allow the vehicle to share information about itself, other platforms it is connected to, or allows the vehicle to become an access point to a network for other devices. Safety Technologies - Technologies and system/subsystems designed to minimize occurrences and consequences associated with collisions, rollovers, explosions, and any other occurrence that affects occupant safety. Survivability � Technologies to advance platform survivability. The main focus areas would include blast protection/mitigation using structural design or armor, fire suppression, laser protection, mechanical countermine, lightweight structures, and armor. Light Weighting - The concept of designing components that are lighter in weight in order to achieve better platform fuel efficiency, transportability, and handling. Cyber Security - Offensive and defensive technologies designed to protect Government systems and platforms from outside threats or hacks. Advanced Energy Storage - The concept of converting electricity into energy, storing it, and then converting it back into usable electricity at a later time. Powertrain � Technologies to advance engines and drive trains. �Mobility - Technologies to advance chassis, wheels, track, braking systems, suspensions, and other mobility systems. Modeling and Simulation � Technologies to advance the state of the art in systems, subsystems, and force effectiveness as well as reducing physical testing and life cycle costs. Examples include mission, campaign, war-gaming, physical, testing, and evaluation models and simulations. Fuels and Lubes - Technologies for the advancement of fuels and lubes for operational efficiency, to increase power densities, alternatives, viscosity, and longevity. Test and Evaluation � Efforts to advance research in the area of testing, evaluation, and validation of DoD platforms for both general and specific mission tasks. This includes, but is not limited to, testing theory, deterministic and non-deterministic testing, creation of procedures and apparatuses, evaluation of systems and sensors, testing of missions or functionality, and simulation. Platforms � Technologies to advance interior compartments, exterior body, survivability, occupant protection, fire suppression, material solutions, thermal systems, and any other technology that supports the Detroit Arsenal customer-base not covered by the remaining technology areas. Collaboration - Collaboration amongst DoD components to address technology needs within any of the other Technology Objective Areas.� Architecture and Modularity - Efforts to advance open architecture compliance to existing standards; platform management� systems;� networks;� architecture� modeling;� physical,� logical,� and� messaging interoperability (e.g.� COE, JAUS and IOP); and modularity of systems and subsystems. Petroleum and Water Systems - Technologies to advance research in fuel and water technology necessary for robust systems integration and operational efficiency. Examples include research pertaining to ground fuels and lubricants, as well as ground water supply and wastewater treatment. External Systems - Technologies to advance communications, payloads, and attachments such as robotic manipulators and end effectors, explosive detection sensors, mechanical countermine systems, perception sensors, and other mission specific sensors. The following paragraph(s) provide additional information regarding this RFI. Thank you in advance, for your time and participation. I. Objectives a) This questionnaire is to assess marketplace capabilities to assemble a consortium of industry, academia, and other interested parties able to address DoD�s needs in the aforementioned technology areas. The Army will use the information acquired solely for investigative purposes and will not be sharing responses with marketplace competitors. Participation in this RFI is low risk to those responding. The Government will NOT obtain proprietary otherwise protected documents resulting from this RFI. The Government may return such data or documents submitted that have proprietary or protected markings. �b) RFI participation provides an important guide to influence the DEVCOM GVSC�s approach in the pursuit of a consortium-based� �OTA. The Army will not compensate questionnaire contributors and participation is at the discretion of the respondent(s). The� � � �information contained in this RFI is not a means to seek payment, reimbursement or other consideration from the Government.� �Moreover, the intention of this survey is not to solicit proposals. II. Questions 1. �Do you manage a current consortium/consortia?� If so, what is the name of the consortium/consortia?� How many members? How many members are Non-Traditional Defense contractors (see definition at 10 U.S.C. 3014)? 2. Please elaborate on the history of your consortium/consortia and your organization�s general experience with management of consortium-based OTAs.� Please identify the focus area(s) of each identified consortium. 3. Please comment on the identified technology areas.� Does your organization have an existing consortium/consortia that focuses on all or some of the identified technology areas?� If so, please describe. 4. If your organization were awarded a consortium-based OTA, what lead time would your organization require to assemble a consortium prior to initiation of projects? 5. If your organization were awarded a consortium-based OTA, would your organization require start-up costs?� If so, please provide a rough order of magnitude of the required start-up costs and what work effort it covers. 6. If your organization is currently administering a consortium-based OTA, what services are included and provided to the Government? 7. If your organization is currently administering a consortium-based OTA, what types of procurement processes (i.e. request for white papers, pitch days, demonstrations, etc.) have you used?� If you are not currently administering a consortium-based OTA, what various procurement processes would your organization recommend for a consortium-based OTA? Please explain. Contracting Office Address: 6501 EAST 11 MILE ROAD Detroit Arsenal, Michigan 48397-5000 United States Points of Contact: Dawn E. Wright,�������� Contract Specialist dawn.e.wright.civ@army.mil Phone: 586-282-8053 Katie Miller, OTA Execution Lead catherine.e.miller.civ@army.mil Phone: 586-282-7958
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b71a618e7ca24f36b92cae194f35d829/view)
 
Record
SN06336361-F 20220526/220524230119 (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.