Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2023 SAM #7863
SOURCES SOUGHT

99 -- Request For Information (RFI) Market Research for Product Manager Ground Sensors (PM GS) Future Advanced Long-range Common Optical / Netted-fires Sensor (FALCONS)

Notice Date
6/6/2023 6:28:27 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-ABERDEEN PROVING GROUNDS CONT C ALEXANDRIA VA 22331-0700 USA
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-23-R-C006
 
Response Due
6/27/2023 11:00:00 AM
 
Archive Date
07/27/2023
 
Point of Contact
Mark Bublak, Jessica L. Wright
 
E-Mail Address
mark.c.bublak.civ@army.mil, Jessica.L.Wright106.civ@army.mil
(mark.c.bublak.civ@army.mil, Jessica.L.Wright106.civ@army.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY � This RFI is for acquisition planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only and will help inform Product Manager Ground Sensors (PM GS) in developing the acquisition strategy and performance capabilities for a new Program Of Record (POR). No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. This information provided may be used by the Army in developing its acquisition strategy, performance work statement, statement of objectives and/or performance-based specification(s). Parties responding to this RFI are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this requirement. Responses are due by 1400 EST, 27 June 2023 and are not to exceed 20 pages. Please submit all RFI responses to Mark Bublak, Contract Specialist, Mark.C.Bublak.civ@army.mil and Jessica Wright, Contracting Officer, Jessica.L.Wright106.civ@army.mil. The subject line for the email submission shall read as follows:� Subject:� PM GS FALCONS RFI: �Company Name� INTRODUCTION: The Army Contracting Command- Aberdeen Proving Ground- Belvoir Division (ACC-APG Belvoir), on behalf of PM GS is issuing a Request for Information (RFI), in accordance with Federal Acquisition Regulation (FAR) 15.201(e). PM GS has been assigned as the office of primary responsibility for the Future Advanced Long-range Common Optical/Netted-fires Sensor (FALCONS), which would replace the current Long Range Advanced Scout Surveillance System (LRAS3) and Fire Support Sensor System (FS3). PM GS is developing courses of action for the acquisition and is seeking industry input on (a) their ability to develop, qualify and produce FALCONS, (b) approaches to maximize and promote competition, and (c) strategies for reducing cost and schedule while meeting performance requirements. The notional FALCONS timeline starts development in Fiscal Year 2025 (FY25) with completion of development and testing No Later Than (NLT) FY29 followed by start of fielding NLT FY32. PROGRAM OBJECTIVE: The U.S. Army needs an advanced long-range sensor capability to meet its near-term Army of 2030 objectives and be postured to support the Army of 2040. FALCONS is an optical sensor system that can detect, recognize, identify, and locate threat targets, at ranges in excess of the threat�s detection / weapon systems effective ranges in all weather and battlefield conditions. Key capabilities include: Integration of the U.S. Army�s 3GEN FLIR B-Kit (provided by PM GS as Government Furnished Equipment), CAT 1 targeting (6m target location error, 90% probability) at required ranges in degraded environments (cyber, electronic warfare, degraded/denied/jammed global positioning operation), Networked capability for cooperative engagements, Employment by mounted scouts and fire support platform operating both stationary and on the move, and dismounted / off-platform operation on a tripod. Other complementary FALCONS capabilities include covert target handoff to dismounted soldiers, color day imaging, laser designation for guided munitions, threat detection, remote under armor operation, and available processor(s) hardware to host Aided Target Detection and Recognition (AiTDR) algorithms. The AiTDR algorithms would be Government furnished to be hosted on FALCONS to enable digital slew to cue capability to accelerate the kill chain. � CONFIDENTIALITY: No classified, confidential or sensitive information shall be included in your response. Interested parties are responsible for appropriately marking proprietary or competition sensitive information contained in their response. QUESTIONS TO THIS ANNOUNCEMENT: All questions pertaining to this announcement are due within ten (10) calendar days after release. Telephone requests will not be accepted. Questions regarding this RFI should be submitted via e-mail to Mark Bublak, Contract Specialist, Mark.C.Bublak.civ@army.mil and Jessica Wright, Contracting Officer, Jessica.L.Wright106.civ@army.mil no later than 1400 EST on 16 June 2023. Questions will be non-attribution published through the System for Award Management (SAM.gov). If the Government has additional questions or a need for information following the evaluation of your response, you may be contacted and asked to provide that information. If an industry outreach event is anticipated in the future, details will be published through SAM.gov. RESPONSE SUBMITTAL INSTRUCTIONS: Participation in response to this RFI will not preclude any vendor from responding to future acquisitions, either individually or as part of a team. For this RFI, the Government seeks information regarding your capabilities and experience related to the delivery of capabilities as described in the Program Objective section of this RFI. Sources able to address the above request are invited to submit information describing their approach. The Government requests that interested sources submit an electronic response of not more than twenty (20) pages on 8.5"" x 11"" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Files should be sent in a Microsoft Word compatible file or a PDF file. Files greater than 10MB cannot be transmitted through the network firewall. Please limit White Paper submissions to a maximum of 20 pages (including a cover sheet) and provide the following information: Please provide the following Point of Contact information: Contact and company information Name Title Company name Date of incorporation Number of years in business Number of employees Location Mailing address Phone number CAGE Code Unique Entity ID Website address Email address Note that RFI respondents shall designate a single point of contact for receipt of all information pursuant to this RFI 2. Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 334511. For more information, refer to http://www.sba.gov/content/tablesmall-business-size-standards: Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. Brief overview of company history, limited to three (3) paragraphs. 4. Ability to develop, qualify and produce long range, reconnaissance, surveillance, and target acquisition sensors, including a synopsis of current products, with examples. 5. Ability to develop, qualify, and produce a far target location integrated system capable of CAT 1 or near CAT 1 targeting errors in GPS degraded/denied/jammed environments, including a synopsis of current products, with examples or proposed design concepts with sufficient details to understand the engineering approach. 6. Identification of major risks, integration challenges, or obstacles to delivering a sensor within schedule of four years that meets the FALCONS capabilities when vehicle mounted and dismounted. 7. Innovative design and/or acquisition approaches to reduce technical risks, developmental cost, and/or schedule risks to deliver FALCONS within four years. 8. Interest in one-on-one sessions with PM GS to learn more about the FALCONS requirements and discuss potential courses of actions for acquisition, how to maximize competition, and recommendations to reduce developmental cost and schedule. PM GS will contact any interested vendor(s) that requests a one-on-one session AND have addressed questions 4-8 to a sufficient level in their response to warrant further discussion. Late responses received after the suspense date may not be contacted for a one-on-one session. PM GS will reach out to any vetted vendors who requested a one-on-one session within 10 business days after the deadline. Supporting documentation (such as marketing brochures, fliers, published presentations or papers and other materials that summarize the technology and more about your company) is acceptable (up to five (5) pages worth), and may be referenced by reviewers only in support of claims identified in the White Paper, and only where specifically referenced in the White Paper. The Government makes no guarantee that the supporting documentation will be reviewed and/or considered. Any company proprietary information, performance capabilities and/or future modification plans should be clearly identified and MUST be marked accordingly and will be protected by the Government. Responses to the RFI will not be returned. Responses to the RFI may be used to develop Government documentation. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in this response is appreciated. All interested companies or organizations are encouraged to respond to the RFI by providing the information by 1400 EST on 27 June 2023. Respondents are requested to submit one electronic copy of the responses to Contract Specialist, Mark Bublak, Mark.C.Bublak.civ@army.mil and Contracting Officer, Jessica Wright, Jessica.L.Wright106.civ@army.mil. Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI NOR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES. This announcement is issued solely for information and planning purposes and does not constitute a solicitation. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Responses will not be returned nor will the Government confirm receipt. In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. All Government and Contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC �2101-2107. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/31bb4659e20c4f879d76c05cef51880b/view)
 
Record
SN06706558-F 20230608/230606230125 (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.