Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2013 FBO #4080
SOURCES SOUGHT

58 -- Market Research: Biocular Image Control Unit (BICU), PART OF THE SECOND GENERATION FORWARD LOOKING INFRARED (FLIR) Thermal Imaging Subsystem (TIS)

Notice Date
1/23/2013
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-13-R-BICU
 
Response Due
2/21/2013
 
Archive Date
3/24/2013
 
Point of Contact
Shahaadah, 703-704-0833
 
E-Mail Address
ACC-APG - Washington
(shahaadah.c.nalls.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SECOND GENERATION FLIR MARKET RESEARCH FOR THE BIOCULAR IMAGE CONTROL UNITS (BICU) PRODUCTION, SPARES, AND REPAIRS 23 JANUARY 2013 PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division (ACC-APG-Belvoir), VA 22060 SUBJECT: 58-Biocular Image Control Unit (BICU), PART OF THE SECOND GENERATION FORWARD LOOKING INFRARED (FLIR) Thermal Imaging Subsystem (TIS) REQUEST FOR INFORMATION NUMBER: W909MY-13-R-BICU PCO Rosetta Wisdom-Russell, Contracting Officer, (703) 704-0826 Shahaadah Nalls, Contract Specialist, (703) 704-0833 DESCRIPTION: The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division (ACC-APG-Belvoir) is conducting Market Research on behalf of the US Army's Office of the Project Manager, Night Vision - Reconnaissance, Surveillance, and Target Acquisition, 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 to manufacture and repair the Biocular Image Control Unit (BICU), a part of the Horizontal Technology Integration (HTI) Second Generation Forward Looking Infrared (FLIR) Thermal Imaging Subsystem (TIS) which is part of the Abrams M1A2 System Enhancement Package (SEP) and the M1A1 Abrams Integrated Management (AIM) Programs. The BICU provides the display and control interface for the TIS, a subsystem of the Abrams Tank Gunner's Primary Sight (GPS). The total quantities of BICUs required is estimated to be 120 per year from FY14 through FY18 with an estimated five (5) repairs per year. This effort is a follow on to W15P7T-08-D-T002. The previous effort's SOW is attached for reference, but does not constitute a draft SOW for this effort. Potential vendors will need to be able to provide the following: 1.BICU production units; 2.BICU spare parts: Deflection Circuit Card Assemblies (CCA); High Voltage Power Supply CCA, Video-Synch CCA, RS422 CCA, BICU Motherboard CCA, Cathode Ray Tube (CRT), BICU Eyepiece Assembly, and BICU Test Harness 3.Repair of the BICU and its parts as stated in #2 above; 4.Provide repair data for tracking and management of repair actions. Performance Requirements - The following list contains performance specifications that suppliers will need to meet in order to be considered fully qualified for each of the items: 1.MIL-PRF-A3271804A Performance Specification for the Block 1 B-Kit; 2.MIL-PRF-12987773A Performance Specification for the Block 1 Thermal Receiver Unit; 3.MIL-PRF-12987772B Performance Specification for the Block 1 Biocular Image Control Unit Interface Control Documents - The following list contains Interface Control Drawings (ICD) that potential suppliers will need to meet to be considered fully qualified. If you require a copy of the ICD please send a written request to Shahaadah Nalls at Shahaadah.c.nalls.civ@mail.mil. The specifications contain information that has been designated as Militarily Critical Technical Data. Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may obtain a copy of DD Form 2345, Militarily Critical Technical Data Agreement. Access to the BICU documents shall be granted once a certified DD Form 2345 is received: 1.A3298946A Interface Control Document for the Horizontal Technology Integration (HTI) Program Block 1 B-Kit; 2.19200-12987745 Interface Control Document for the Horizontal Technology Integration Program Block 1 Thermal Imaging System; Vendors will need to be able to manufacture and repair BICU Block 1, Part Number 12991310-1, spare parts associated with these assemblies, and repair services. The procured BICUs will be provided as Government Furnished Material (GFM) to the Abrams M1A2 SEP and the M1A1- AIM programs for integration and delivery in production tanks. The BICU shall meet the requirements of the performance specification and MIL-PRF-12987772 for Block 1. The BICUs are anticipated to ship to the Joint Service Manufacturing Center (JSMC) at Lima, OH; spares are anticipated to ship to Fort Hood, TX. Contract award is projected for September 2013, with potential deliveries beginning in May 2014. Successful completion of Initial Production Test (IPT) or Qualification Testing (with approved Test Report) is required 60 days prior to Government acceptance of the first deliveries. Please note the following: 1. Foreign participation is excluded. Sources responding to this request for information must provide the following information: 1.Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 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/table-small-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 summary of the company, of no more than 3 paragraphs. 4.Qualifications in Display and Control Interface Technology for this effort or like efforts. 5.Describe how you will either produce or subcontract for the BICU or components. Please identify sources of supply for any components or assemblies for which you intend to subcontract production. 6.Describe the schedule requirements to establish production capacity and to qualify the prime, subcontractors, or sub-tier suppliers to provide BICUs and sub-assemblies. 7.Discuss existing production capacity and quantity requirements necessary to maintain that capacity and industrial base. 8.Describe the potential impacts of the solicitation including a detailed production specification (i.e. build-to-print) versus a performance specification. 9.If you identify your company as a Small Business or any of the SB subcategories above, then is your company interested in a prime contract? 10.Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary stated NAICS code 334511? 11.If you are a small business and plan to be prime contractor on this effort please inform how you will meet the limitations on subcontracting Clause 52.219-14. 12.If you are a small business, can you go without a payment for 90 days? 13.If you are a small business does your company have experience as a prime contractor administering Contracts? If you answered yes, please provide as much of the following information as possible; Contract number(s); Dollar value; and similarity of scope and effort. Have you experience as a prime producing commercial items that may be of similar scope, complexity and nature. 14.If you are a small business, does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide? 15.Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 16.Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, 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. 17.Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 18.What are the core competencies of your employees that would support these requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 19.Does your company have a SECRET facility clearance or have access to one should it be required? 20.Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 21.Does your company meet the Non-manufacturing Rule? If so, how? 22.Please explain your facility size to include any storage capabilities. 23.The Government is currently contemplating award of a Firm Fixed Price type contract based on lowest price technically acceptable. Vendors may submit alternate potential contract approaches. No further information or documentation will be provided. The Government requests that interested sources submit an electronic response of not more than twenty (20) pages, 8.5 quote mark x 11 quote mark paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Responses to Small Business Questions 9 thru 23 are in addition to the above stated twenty (20) page limitation. Responses should include the company name, CAGE code, point of contact, and address. Any information submitted by respondents to this sources sought notice is totally voluntary and at no cost to the Government. Respondents should not construe this synopsis as a commitment for any purpose. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into its acquisition strategy. All information received in response to this sources sought synopsis that is marked quote mark Proprietary quote mark 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. All requests for further information must be made in writing or via email; telephonic or facsimile requests for additional information will not be honored. Responses are due no later than 4:00 PM EST (local time at Fort Belvoir, VA) on 21 February 2013. Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Send responses electronically to: Shahaadah Nalls, Contract Specialist, email: shahaadah.c.nalls.civ@mail.mil Rosetta Wisdom-Russell, Contracting Officer, email: rosetta.wisdom-russell.civ@mail.mil Contracting Office Address: Army Contracting Command, APG-Fort Belvoir 10205 Burbeck Road, Bldg 362 Fort Belvoir VA 22060-5811 Point of Contact: Shahaadah Nalls 703-704-0833 shahaadah.c.nalls.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aab0b2178c8aeed18ac163a81c11c52c)
 
Record
SN02970971-W 20130125/130123234743-aab0b2178c8aeed18ac163a81c11c52c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.