Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2006 FBO #1584
SOURCES SOUGHT

58 -- Sources Sought Request for Information (RFI) for the Driver's Vision Enhancer (DVE) Light. The draft performance specification is located on the IBOP at https://abop.monmouth.army.mil under the Market Research section.

Notice Date
3/27/2006
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-06-R-W009
 
Response Due
4/20/2006
 
Archive Date
6/19/2006
 
Small Business Set-Aside
N/A
 
Description
Title: SOURCES SOUGHT for Driver's Vision System for Tactical Wheeled Vehicles  DVE Light This Request for Information (RFI) is a follow up request to RFI W15P7T-05-R-S017 from July 2005. The Product Manager  Forward Looking Infrared (FLIR) is conducting a market research to determine night vision drivers sensor system technology availabilit y for possible use on Army Tactical Wheeled Vehicles (TWV). The Government is looking for a 'sensor system', meaning an imaging sensor, display, and vehicle integration kit. The imaging sensor can be mounted at any point on the vehicle that allows the driv er to see the road ahead. The drivers display must be located inside the cab, and must not interfere with normal driving functions. Key performance parameters include: (1) The complete system average unit production cost (AUPC) is $6,000 in Calendar Year 2006 dollars for a qty of 2500 systems. The complete system unit cost includes all components to be delivered and installed on medium and heavy TWVs to include armored variants in accordance with the following preliminary requirements by vehicle type: (these numbers are for planning purposes only). FY07 FY08 FY09 FY10 FY11 HEMTT 1428 1220 998 1244 1201 PLS 681 244 353 247 51 HET 484 127 240 331 0 TOTAL 2593 1591 1591 1822 1252 (HEMTT  Heavy Extended Mobility Tactical Truck, PLS  Palletized Loading System, HET  Heavy Equipment Transporter) (2) The capability for the drivers viewing system shall allow the driver to see and drive the vehicle at speeds from 29-35 MPH on primary roads, 22-25 MPH on secondary roads and 8-9 MPH on cross country terrain during periods of darkness and other degrade d visibility conditions (such as smoke, fog, haze, rain, sandstorms, etc). (3) System shall be removable by the vehicle operator and installed into the basic mounting kit of another vehicle within 30 minutes (threshold). Key parameters are: (A) Sensor/Camera: must be a passive Infrared (IR) sensor, (B) Display: allows driver to maintain a relaxed driving position while viewing the image and allows for brightness adjustments during day/night operation. (C) The drivers view er sensor system may use vehicle power. A Draft Performance Specification (DRAFT DVE Light PRF Spec) is provided to offer a more detailed description of the Governments sensor system expectations. Vendors should feel free to ask questions or submit comments pertaining to the draft performance specification. The current Government schedule of key activities for this effort is as follows (these dates are for informational purposes only and are subject to change at any time): (1) Request For Proposal (RFP) release  31 May 2006 (2) Government receipt of proposals and bid samples  18 July 2006 (2 bid samples per vendor submittal, bid samples are expected to be at least 80-90% compliant to the RFP Performance Specification and data supporting vendor compliance testing is expected as part of the submittal) (3) Contract award  13 September 2006 (4) Delivery of first fully qualified Production lot  13 March 2007 In order to assist the Government in conducting this market research, vendors are asked to provide, as part of their response to this RFI, cost/performance trade-offs against items in the draft performance specification to meet the cost target. In particu lar, the Government is interested in understanding the cost savings associated with a reduction in system sensitivity and the cost savings associated with a reduction in reliability. Other cost/performance trade-offs should include compliance testing crit eria outlined in the draft specification provided. As a reminder it is the interest of the Government to understand the best possible complete system capability that the vendor can provide meeting the complete system unit cost identified above ($6,000). Cost estimates must separately price all vehicl e integration costs and components and all respondents must address any/all long lead items/parts, and lead time to first unit deliveries. Additionally, as part of the RFI response, the Government asks for each submitter to review the schedule dates above and provide comments for the submitters capability to meet these dates. Also submitters are asked to provide a list of dates the submitte r could make on a compressed schedule. Submitters are asked to provide justification for any shortened time periods from the current Government baseline above. For evaluation purposes, each potential source is requested to provide a brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirement described herein. Firms are also invited to submit any literature, brochures, or references necessary to support claims of being able to meet or exceed the requirement. Submittals shall be provided by email no later than 4:00 PM Eastern Standard Time (EST) on 20 April 2006 to Joseph Manganaro at joseph.manganaro@us.army.mil. A Government Industry Day will be held on Wednesday, 5 April at PM FLIR. During this Industry Day, the Government will present current plans for this effort. After the Government presentation, vendors will have the opportunity to meet individually for ap proximately 15 minutes with the Government to discuss their system solutions. Any questions regarding this RFI that vendors want answered at the Industry Day, must be submitted by email to Joseph Manganaro no later than 4:00 p.m. EST on 03 April 2006. Al l interested vendors that plan on attending Industry Day must register by sending an email to Joseph Manganaro. Each request shall contain your company name, business unit, and a list of individuals (to include citizenship) that plan to attend no later th an 31 March 2006. Vendors are limited to a maximum of four (4) attendees. Vendors are reminded that it will take time to get through Ft Belvoir and NVESD compound security and travel time should be considered. Foreign Nationals will need to be escorted to the meeting while on post. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for B id (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 response to this sources sought 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 sources sought or the Government use of such information. The Government reserves the right to reject, in whole or part, any contr actor 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. No funds have been authorized, appropriated, or received for this effort. The informati on provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives and Performance Specifications. All proprietary information should be marked as such.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01015518-W 20060329/060327212312 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.