Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2024 SAM #8081
MODIFICATION

58 -- Sources Sought for Third Generation Forward Looking (3GEN FLIR) Infrared B-Kit

Notice Date
1/10/2024 1:05:05 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG CONT CT WASH OFC ALEXANDRIA VA 22331-0700 USA
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY24RC0001
 
Response Due
2/11/2024 12:00:00 PM
 
Archive Date
02/26/2024
 
Point of Contact
Michael Sampson, Sabin Joseph
 
E-Mail Address
michael.a.sampson18.civ@army.mil, sabin.a.joseph.civ@army.mil
(michael.a.sampson18.civ@army.mil, sabin.a.joseph.civ@army.mil)
 
Description
The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is conducting market research on behalf of US Army Product Manager Ground Sensors (PM GS), in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this Market Research is to identify potential sources that have the skills, experience, knowledge, and capabilities required to manufacture and deliver Third Generation Forward Looking Infrared (3GEN FLIR) B-Kit under Low-Rate Initial Production (LRIP) and Full Rate Production (FRP) contracts. � The 3GEN FLIR B-Kit comprises a set of common assemblies, including the Dewar Cooler Bench (DCB) (provided as Government Furnished Equipment (GFE), optics (afocal, imager), and Circuit Card Assemblies (CCAs). The B-Kit optics collect radiation in the Mid-Wave (MW) and Long-Wave (LW) infrared bands across four fields of view and focuses it onto a staring Focal Plane Array housed in the DCB. �The B-Kit components are intended to be interchangeable Shop Replaceable Units to maximize economies of scale like the 2nd Generation Forward Looking Infrared (2GF) B-Kit. �The 3GEN FLIR B-Kit provides the ability to detect threats at greater distances under a full spectrum of conflict and battlefield conditions. 3GEN FLIR enhances the platform's effectiveness and survivability by providing greater situational awareness promoting combat effectiveness and reducing fratricide. �The B-Kit is also integrated into the Thermal Receiver Unit (TRU) as a sub-assembly which includes a Personality Module CCA, Electromagnetic Interference Filter, afocal guard, and electrical flexes mounted in the TRU mechanical bench. � � � � The TRU, B-Kit sub-assemblies, electronic modules, and the DCB, defined under Request for Information (RFI) #W909MY-23-C-0004 will be integrated into sight systems for subsequent integration onto host vehicle platforms. The B-Kit provider will be responsible for integrating the GFE DCB into their B-Kit design. The DCB will be provided as GFE to the B-Kit provider for final integration and testing. The B-Kit and TRU components are currently defined by the following technical documents:� a. MIL-PRF-A3381791 - 3GEN FLIR B-Kit Performance Specification Low-Rate Initial Production (LRIP) b. MIL-PRF-A3381789 - CPS FDE Performance Specification� c. MIL-PRF-A3381787 � Performance Specification for the 3GEN FLIR Thermal Receiver Unit (TRU) LRIP d. MIL-PRF-A3381783 - 3GEN FLIR Dewar Cooler Bench (DCB) Mechanical Drawing� e. A3381792 - 3GEN FLIR B-Kit Interface Control Document LRIP� f. A3315467 - CPS FLIR Design Envelope Drawing� g. A3347070 - Interface Control Document for the 3GEN FLIR Thermal Receiver Unit (TRU) � h. A3381780 - Interface Control Drawing, Thermal Receiver Unit, 3GEN FLIR� i. MIL-PRF-A3381785 - Performance Specification for the DCB LRIP j. MIL-PRF-A3381784 - DCB Interface Control Document (ICD) LRIP To be considered technically responsive, interested sources responding to this RFI must have a fully qualified B-Kit and TRU that has either completed the final System Verification Review (SVR) and Functional Configuration Audit (FCA) or, where the supplier can demonstrate with data, that their design meets all the requirements in the technical documents defined above. �Sources must be willing to provide these results, if requested, to verify that their B-Kit and TRU functional baselines meet the requirements as defined by the LRIP versions of the B-Kit and TRU Performance Specifications, ICDs, and Mechanical Drawings. The documents listed above are Distribution D restricted. The documents are authorized for use by the Department of Defense (DoD) and U.S. DoD contractors only. �These documents also contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, U.S.C., App. 2401 et seq.), as amended. �Violations of these export laws are subject to severe criminal penalties. �These documents will be disseminated in accordance with provisions of DoD Directive 5230.25. Companies or organizations may request copies of these documents by providing their Point of Contact information listed below to Patrick Rizzuto at patrick.j.rizzuto.civ@army.mil and must clearly state if and how they meet the conditions under which they can receive the documents referenced above. �In addition, companies requesting the above information must register for an account with an internet accessible portal known as the Corporate Management System Online (CMS II). Registrants will access the CMS II website (https://www.mycmsportal.com) and follow instructions to complete registration. Documents are currently available for viewing in the CMS II under the 3GEN FLIR folder so the registrants must specifically request access to only the 3GEN FLIR folder. Access to the 3GEN FLIR folder documents will only be granted upon verification that criteria dictated by Distribution D and export control restrictions are met by registered companies or organizations. Foreign participation is excluded. SECRET Clearance, at a minimum, is required. No classified information will be provided as part of this RFI. However, in the event of any subsequent Request for Proposal or Request for Quotation being issued, classified information may become part of that solicitation and will be required as part of any resulting contract. Sources will be required to complete an abbreviated design review prior to manufacturing to demonstrate the design meets stated performance requirements within cost, schedule, and risk. �� Sources responding to this RFI are to provide answers to the following questions with as much detailed information as possible: 1. Brief summary of the company Company Information Company Name:� Company CAGE Code:� Company DUNS Number. If your Company holds a GSA Schedule contract (541 or other), please provide the Schedule number� Company: Address� Company Phone #� Company email:� Company Representative and Business Title:� Company Socioeconomic Classification -- (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 (HUBZone), Historically Black College and Universities/ Minority Institutions (HBCU/MI)) 2. Describe how you achieved a Government qualified B-Kit and under what contract(s) the work was performed. � 3. Describe your capability to build and test a production representative B-Kit in accordance with the technical documents listed above. � 4. Describe an execution plan for producing first articles, conduct a first article test, and enter production. At a minimum, the plan should include:� a. A detailed timeline from theoretical contract award to B-Kit delivery. �Within the timeline, please include major milestones of first articles, contractor qualification testing, and transition to production. �� b. Any major capital purchases, key tests, engineering, and documentation required to produce requested items. � c. Any Government Furnished Equipment, Government assisted testing, or Government facilities required. � d. A risk assessment for each item your company believes they can produce.� e. Ramp rate and maximum monthly capacity your company believes they can produce. f. Estimated lead time for new orders after qualification. g. Rough order of Magnitude (ROM) costs for Non-Recurring Engineering (NRE) tasks to set up and qualify first article. � Please separate cost estimates by major milestones, key events, and key equipment purchases. � 5. Identify sources of supply for any components or assemblies for which you are likely to subcontract production. Standard off the shelf components, such as catalog items, do not need to be addressed.� a. What are the supplies being subcontracted? b. Will any Small Businesses (SBs) be the supplier and if so, what percentage will be supplied by SBs? 6. Will any of your manufacturing, assembly, or engineering be accomplished outside the USA? �If so, please provide details on how you will keep this program International Trade in Arms Regulations compliant. 7. Describe your company�s approach to manage and mitigate obsolescence. At a minimum, please include the following: a. Obsolescence tracking and industry monitoring.� b. Assessment if the current design is producible without additional design work.� c. Potential issues ordering long lead or custom items. d. Capability to redesign out obsolete components and produce and qualify a replacement item.� 8. �Provide a ROM unit cost of each item which you wish to produce at the below quantity range bins. �If separate NRE costs are required, as per question 6, please provide an estimated cost for the NRE broken down into what your company believes are logical decision points from the execution plan. If NRE is to be amortized across a buy it may be included with an explanation.� a. 10-25 b. 26-50 c. 51-100 d. 101-200 e. 200+ 9. Is your company planning on business arrangements with other companies? If so, please advise of the process used in selecting members. 10. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, and/or other business arrangements to satisfy these requirements. Offerors 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. 11. What are the core competencies of your employees that would support these requirements? Also, please provide the total number of individuals currently employed by your company that can support the requirements. 12. Does your company have a SECRET facility or access to one? 13. Do all the employees that would support this requirement have a security clearance? If not, what percentage of employees that will be involved in this effort, have a security clearance? 14. Please provide your current facility size to include storage capabilities.� 15. Discuss your existing production capacity. If you do not currently have a production line what quantities are required to start one and keep it running. Additionally, what minimum quantities per year are necessary to maintain the industrial base? 16. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? QUESTIONS 17 - 19 ONLY APPLY TO THE SMALL BUSINESS RESPONDENTS:� In addition to the above, small businesses responding should provide the following information: 17. If you identify your company as a SB or any of the SB subcategories above, then is your company interested in being a prime on this contract? �If so, please inform how you will meet the limitations on subcontracting Clause 52.219-14. 18. Under the current SB size standard, do you anticipate your company remaining a SB for at least the next three years, under the stated NAICS code 334511? �The Government will use this information to assist in determining if any future effort related to this RFI is eligible as a SB set aside. 19. If you are a SB, can your company sustain if not paid for 90 calendar days? 20. The Government requests that interested parties with the capabilities to meet the above requirements should electronically submit White Papers of not more than twenty (20) pages, 8.5"" x 11"" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Responses to SB Questions 20 thru 24 are not counted in the above stated twenty (20) page limitation. Any information submitted by respondents to this sources sought notice is totally voluntary and at no cost to the Government. This information will help the Government form its acquisition strategy. All information received in response to this sources sought synopsis that is marked ""Proprietary"" will be handled accordingly. Responses will not be returned nor will receipt be confirmed. No solicitation exists; therefore, do not request a copy of a solicitation. 21. Please provide the following Point of Contact information on all responses: Responses are due no later than 3:00 PM EST (local time at Fort Belvoir, VA) on 11 February 2024. Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. �Send responses electronically to: Michael Sampson, Contract Specialist, email: michael.sampson18.civ@army.mil� Sabin A. Joseph, Contracting Officer, email: sabin.a.joseph.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/154d995ccfcf4fb8b356c474e9018068/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060, USA
Zip Code: 22060
Country: USA
 
Record
SN06931701-F 20240112/240110230043 (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.