Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOURCES SOUGHT

59 -- VEHICLE OPTICS SENSOR SYSTEM

Notice Date
6/8/2009
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army CECOM Contracting Center-Washington, US Army CECOM Contracting Center-Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY09Q1001
 
Response Due
6/23/2009
 
Archive Date
8/22/2009
 
Point of Contact
MICHELLE HODGES, 703-325-2854<br />
 
E-Mail Address
US Army CECOM Contracting Center-Washington
(michelle.hodges@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Contracting Command, CECOM Contracting Center Washington is seeking sources on behalf of Product Manager for Countermine and Explosive Ordance Disposal (PM CM & EOD), for the acquisition of additional Vehicle Optics Sensor Systems (VOSS) and associated support currently produced by Gyrocam Systems, LLC. The VOSS consists of a camera system possessing a day color camera, an intensified low light level TV camera (LLLTV), a thermal camera, with zoom capabilities, pointing, with stabilization capabilities assuring high image quality when the vehicle is running or on the move; a Controller that serves as the interface between the user and system; a ruggedized monitor that displays imagery; and telescoping capability that raises and lowers the camera system; a Digital Video Recorder that records images for later use; and a processor that integrates and links the various subsystems together, and a laser range-finding capability. Additionally, the installation, training, electronic technical manuals, provisioning data and spare and repair parts are required to support the VOSS. It is expected that the maximum quantity purchase for the systems and associated installation and training support will not exceed $78M. 1.0 Production and Delivery. The contractor shall produce and deliver cameras, kits and commercial technical manuals. 1.1. VOSS Camera Package. The contractor shall provide VOSS Camera Packages that meet the performance and functional requirements outlined in the Performance Specification. The VOSS camera package shall encompass the cameras and sensors, monitors, controls, telescoping mast, cabling, armor housing and any other components common to vehicle types. 1.2. Installation Kit. The contractor shall provide a VOSS Vehicle Installation Kit (VIK) specific to each vehicle type. The VIK consists of specific connectors, brackets, mounting plates or other hardware and templates for all welding, drilling, cutting and mounting requirements that are required to mount, install and secure the VOSS on a specific vehicle platform. The contractor shall minimize vehicle-unique parts and methodologies in the installation kits. 1.3. Commercial Technical Manuals. The contractor shall deliver the most current existing commercial operator, maintenance and illustrated parts technical manuals. The operator manual shall be delivered with each system. The Commercial Manuals delivered shall include information on operation, complete maintenance instructions sufficient to trouble shoot and replace internal parts and illustrated parts manuals. 2.0 Installation at OCONUS and CONUS Locations. The contractor shall install the VOSS on to the specified vehicles at Government sites at various locations in Iraq and Afghanistan and at CONUS locations. Installation will be conducted by the installation teams required by this statement of work. The contractor shall install a VOSS on a vehicle and ensure it is operational once installed. The contractor shall provide all necessary tools, equipment and power source to perform the installations. 2.1 Deployed Installation Teams. The contractor shall provide OCONUS installation teams as required in the individual task orders. The contractor shall provide installation teams within the specified theater of operations and conduct New Equipment Training (NET) and Follow-On Training. The contractor shall prepare documentation and perform coordination in order for each team member to be able to attend a CONUS Replacement Center processing site and be certified in order for them to deploy. The contractor shall provide to the Government the names of the team members sixty days prior to deploying. The Government will provide food, lodging, and transportation to various FOB locations in-theater. In the event that the Government cannot provide the necessary installation facilities, the contractor should be prepared to provide its own shelter or otherwise work in the open. The contractor shall provide their own vehicles at the regional site locations. The contractor shall coordinate transportation with military transportation offices for all VOSS systems, personnel, tools, contractor vehicles and other equipment required to complete the installations at regional locations in Iraq and Afghanistan. The installation teams shall provide to Government designated personnel, daily status reports via email regarding personnel status, installation progress by bumper number, system number, location and receiving unit, installation schedules and accountability of all VOSS delivered for installation and any issues affecting the scheduled installation. 2.2 CONUS Installation Teams. The contractor shall provide CONUS installation teams as required in the individual task orders. The contractor shall perform the installations, conduct New Equipment Training (NET) and Follow-On training, coordinate with Government designated personnel and provide to Government designated personnel, daily status reports via email regarding personnel status, installation progress by bumper number, system number, location and receiving unit, installation schedules and accountability of all VOSS delivered for installation and any issues affecting the scheduled installation. 3.0 Training. The contractor shall provide training to Operators and Maintainers relating to Field Level Maintenance, Remove and Replace (R&R) tasks and Sustainment Level Maintenance as outlined by the Department of the Army Two Level Maintenance policies. 3.1 New Equipment Training (NET). The contractor shall provide NET Training as part of the installation of the VOSS at CONUS and OCONUS locations. The Contractor shall conduct instructor, operator, and/or maintenance training courses as ordered at locations to be determined. The contractor shall furnish all supplies, tools, and equipment necessary to conduct the training classes. The Contractor shall deliver all required training materials in a timely manner for use in training. The installation teams shall provide the operator, maintenance and train-the-trainer training. The contractor shall train up to 6 students per class. The contractor shall provide training to any person the Government identifies. Students are expected to be, but will not be limited to, military personnel, Government civilian personnel such as Logistics Assistance Representatives (LARs), institutional training developer representatives, and Government identified contractor maintenance personnel. The contractor shall provide a TSP one per student. Instruction shall cover, as a minimum, operator controls, Preventive Maintenance Checks and Services (PMCS), overview of electrical, mechanical and pneumatic systems and remove and replace procedures for LRUs. Training certificates shall be delivered. 3.2 Class Rosters and Course Critique Sheets: The Contractor shall provide a class roster containing name, rank, MOS, unit, type of training, training dates, and last four digits of each student's SSN. A completed course critique sheet, from each student, will be provided to the ILS manager. The course critique will be provided to the ILS Manager within one week of the completion of the training event. All responsible sources may identify their interest and capability to respond to the requirement. Responses should include a Rough Order of Magnitue of one system, one OCONUS installation and one OCONUS NET training class. This notice of intent is not a request for competitive proposals. However, all proposals received within 15 days after date of publication of this market research announcement will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. The data received in response to this RFI is for information purposes only and does not mandate or impose requirements. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses shall be submitted via e-mail within 15 calendar days of the date of this notice to Ms. Michelle Hodges, Contracting Officer at michelle.hodges@us.army.mil. The subject of the mail message shall be: W909MY-09-Q-1001 Market Research Response, Your Companys Name.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAB15/W909MY09Q1001/listing.html)
 
Place of Performance
Address: US Army CECOM Contracting Center-Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA<br />
Zip Code: 22331-0700<br />
 
Record
SN01838929-W 20090610/090608235206-d67bbfdbd5ce3a6d04ad8e34cd94d857 (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.