SOURCES SOUGHT
66 -- REQUEST FOR INFORMATION (RFI) FOR Nuclear Biological Chemical Reconnaissance Vehicle (NBCRV) Sensor Suite Upgrade (SSU) to support the Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND)
- Notice Date
- 11/1/2023 11:19:51 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21010-5424 USA
- ZIP Code
- 21010-5424
- Solicitation Number
- RFI-NBCRV-SSU22
- Response Due
- 11/17/2023 8:59:00 PM
- Archive Date
- 12/02/2023
- Point of Contact
- Tyler N. Gates, Phone: 4104360642, Alex M. Schupp
- E-Mail Address
-
tyler.n.gates2.civ@army.mil, alex.m.schupp.civ@army.mil
(tyler.n.gates2.civ@army.mil, alex.m.schupp.civ@army.mil)
- Description
- 11/1/2023 Administrative Update - Adding Alex Schupp as an secondary SAM.gov point of contact to review access requests for the Performance Specification Doucment (which is Access Controlled). REQUEST FOR INFORMATION (RFI) FOR Nuclear Biological Chemical Reconnaissance Vehicle (NBCRV) Sensor Suite Upgrade (SSU) to support the Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND) NAICS: 334511 �Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing� PSC: 6665 �Hazard-Detecting Instruments and Apparatus� DESCRIPTION: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY � This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� Solicitations are not available at this time.� Requests for a solicitation will not receive a response.� This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever.� All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government.� Not responding to this RFI does not preclude participation in any future RFP, if any is issued. The Army Contracting Command - Aberdeen Proving Ground (ACC-APG), on behalf of the Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND), is exploring options for a Contractor to integrate sensors onto the M1135 Flat Bottom Hull (FBH) Stryker Nuclear Biological Chemical Reconnaissance Vehicle (NBCRV). The Contractor is responsible for the design and fabrication of integration hardware and software for a system integration solution of a Modular Mission Payload (MMP) and a Sensor Data Processing Unit (SDPU) that meets the NBCRV SSU Performance Specification (see attachment).� An MMP consists of the following capabilities: Standoff chemical vapor detector � Improved Mobile Chemical Agent Detector (iMCAD) Standoff radiological/nuclear (R/N) detector � Mounted Enhanced RADIAC Long-Range Imaging Networkable (MERLIN) system, comprised of the MERLIN-Imager (MERLIN-I) and the MERLIN-Applique Standoff aerosol cloud detector � Compact Standoff Detection System (cSDS) Point R/N detector � Vehicle Integrated Platform Enhanced RADIAC (VIPER) Point chemical vapor detector � M4A1 Joint Contaminated Surface Detector (JCAD) Two SkyRaider R80D unmanned aerial systems (UAS) UAS biological detector and collector payload � MUVE B330 UAS radiological detector payload � E2MU Radiation Detector on Robotic Platform (RDRop) or Spectral Radiation Monitor (SRM) Air UAS chemical vapor detector payload � JCAD as a modular payload � Array Configured of Remote Networked Detectors (ACoRNS) or Enhanced Chemical Detector Module (eCDM) as a modular payload � ACoRNS Point chemical aerosol/vapor detector � Aerosol and Vapor Chemical Agent Detector (AVCAD) M-Code compliant Assured-Positioning, Navigation, and Timing (A-PNT) solution Optional capability:� solid/liquid chemical surface detector � Chemical Surface Detector (CSD)��������� An SDPU provides command and control of the MMP as well as data aggregation and display from the entire MMP for the commander and two operators inside the Stryker platform.� The SDPU will include implementation of the latest Command, Control, Computers, Cyber Intelligence, Surveillance and Reconnaissance (C5ISR) Modular Open Suite of Standards (CMOSS) and Integrated Software Architecture (ISA) standards, and the resulting graphical user interface (GUI) used for command and control of the MMP will be compatible with the Android Tactical Assault Kit (ATAK) format. Together, the MMP and SDPU form one NBCRV Sensor Suite Upgrade (SSU) system. The Contractor will deliver six (6) NBCRV SSU systems integrated onto six (6) FBH Stryker platforms. All MMP capabilities will be provided to the Contractor as Government Furnished Equipment (GFE) with the exception of the M-Code compliant A-PNT solution.� All FBH Stryker platforms will also be provided as GFE.� The Contractor will support Government Developmental and Operational Testing (DT/OT).� This includes on-site or virtual support as needed and the repair of systems damaged in testing. The anticipated deliverables for this effort include: 1. Six (6) NBCRV SSU systems integrated onto six FBH Styker platforms with the GFE provided as specified above. 2. Logistics Product Data (LPD) corresponding to the NBCRV SSU system configuration.� As part of this, it is anticipated the Contractor will conduct all Integrated Product Support (IPS) elements for the NBCRV SSU CS2.2 production representative test assets, including analyses (to include a Failure Mode, Effects & Criticality Analysis (FMECA), Fault Tree Analysis (FTA), Maintenance Task Analysis (MTA), and Level of Repair Analysis (LORA), operator and maintenance technical manuals (TM), Modification Work Order (MWO) instructions, training support package materials, and the creation of LPD such as drawings, packaging instructions and Bill of Materials (BOM) to enable the generation of Basis of Issue Plan (BOIP) Feeder Data, Line Item Numbers (LIN), and other documentation needed to support Type Classification (TC), Materiel Release (MR), and MWO approval. 3. Production representative Technical Data Package (TDP), Software Data Package (SDP), and Source Code for NBCRV SSU system to include corresponding Government Purpose Rights for the data. 4. Support for Government DT/OT, either on-site or virtual, as needed, and the repair of systems damaged in testing. ACC-APG is seeking the following information: 1. Potential Respondents shall describe how they propose to successfully deliver six (6) NBCRV SSU systems, assuming the solution provided by Respondent is accomplished in accordance with all applicable U.S. laws, regulations, policies, and procedures. 2. Potential Respondents shall provide a rough order of magnitude (ROM) timeline and cost required to develop the SDPU. 3. Potential Respondents shall provide a ROM timeline and cost required to design, develop, and deliver one complete NBCRV SSU system, assuming all GFE as described above is provided at contract award. 4. Potential Respondents shall provide a ROM timeline and cost required to deliver six complete NBCRV SSU systems, assuming all GFE is provided at contract award. 5. Potential Respondents shall provide a ROM cost required to deliver a production representative TDP for the NBCRV SSU system and corresponding Government Purpose Rights for the data. 6. Potential Respondents shall provide a ROM required to deliver an SDP for the NBCRV SSU system and corresponding Government Purpose Rights for the data. 7. Potential Respondents shall provide a ROM cost required to deliver the Source Code for the NBCRV SSU system and corresponding Government Purpose Rights for the code. 8. Potential Respondents shall provide a ROM cost required to deliver the LPD as specified above. 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. List of attachments: NBCRV SSU Performance Specification (Access Controlled) DISCLAIMER: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION AND WILL NOT OTHERWISE PAY FOR THE INFORMATION SOLICITED. �This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services.� Your responses to this Request for Information (RFI) will be treated as information only. �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 request for information or Government use of such information.� The Government reserves the right to reject, in whole or part, any contractor input resulting from this request for information. The information resulting from this request for information may be included in one or more RFPs, which may be released via the System for Award Management portal. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organizations� capabilities. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.� Although it is highly encouraged, not responding to this RFI does not preclude participation in any future proposal request.� The information provided in this RFI is subject to change and is not binding on the Government. �All submissions become the property of the Government and will not be returned. Proprietary, confidential, privileged commercial or financial information submitted in the RFI response should be marked accordingly to ensure appropriate handling and disposition by the Government. �No classified information shall be submitted in the RFI response. Only Government personnel will have access to information marked as proprietary. DUE DATE: RFI response submissions shall be submitted in writing (electronically via e-mail) to the Point(s) of Contact listed below. �RFI response submissions shall be submitted as searchable Adobe Portable Document Format (.pdf) or Microsoft Office 2007 or newer (.docx, .xlsx, etc.).� Submission of files in older format (.doc, .xls, etc.) may result in the file(s) being rendered unreadable.� The entirety of the RFI response submission email shall not exceed 15MB.� The entirety of the RFI response submission shall not exceed 15 pages (Times New Roman font (or similar), size 12).� Marketing materials or brochures do not count against the 15-page RFI response limit, but must adhere to the overall email response file size limitations (15MB total) noted above.� Failure to adhere to this limitation may result in portions of the response not being received by the Government.� Submissions are due no later than November 17, 2023.� All responses shall be submitted via email to both the Primary and Secondary Contracting POCs listed below: Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Edgewood Division Contracting POCs: Primary POC:� Stephen Rice, Contract Specialist, stephen.l.rice8.civ@army.mil Secondary POC:� Tyler Gates, Contracting Officer, tyler.n.gates2.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e1b635bf01864f4bbc419f5840929fb9/view)
- Place of Performance
- Address: Gunpowder, MD 21010, USA
- Zip Code: 21010
- Country: USA
- Zip Code: 21010
- Record
- SN06874027-F 20231103/231101230100 (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 |