Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2013 FBO #4332
SPECIAL NOTICE

A -- Sources sought for an integrated Active Protection System (APS) and Hostile Fire Detection (HFD) system

Notice Date
10/2/2013
 
Notice Type
Special Notice
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Warren (ACC-WRN)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
 
ZIP Code
48397-5000
 
Solicitation Number
GCV(RFI)Active-Protection-System(APS)andHostile-Fire-Detection(HFD)system
 
Point of Contact
Tom Scurlock, , GCV ACC Mailbox,
 
E-Mail Address
Thomas.A.Scurlock.civ@mail.mil, usarmy.detroit.acc.mbx.wrn-gcv@mail.mil
(Thomas.A.Scurlock.civ@mail.mil, usarmy.detroit.acc.mbx.wrn-gcv@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DISTRIBUTION STATEMENT A: Approved for public release; distribution is unlimited. APS/HFD Request for Information Synopsis: This Request for Information (RFI) is for informational purposes only. It is not a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings of this RFI. The Government will not reimburse interested sources or respondents to this notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. The U.S. Army Contracting Command-Warren (ACC-WRN) is seeking sources on behalf of Program Management Office Ground Combat Vehicle, Product Manager Requirements, Management and Analysis for an integrated Active Protection System (APS) and Hostile Fire Detection (HFD) system. The intent of this market research is to identify potential sources for development of a combined Active Protection System and Hostile Fire Detection system capability that could potentially be applied to tactical and combat ground vehicles. The Government is seeking information about a combined APS and HFD capability that includes Soft-Kill (electronic countermeasures) and Hard-Kill defeat mechanisms, the ability to detect enemy optics prior to the hostile fire event (referred to as pre-shot), and the ability to identify the point of origin (POO) of the hostile fire event. The APS and HFD capabilities must be able to operate while the platform is on-the-move (OTM) and perform their respective functions in an operationally useful timeframe. The HFD capability must be, at a minimum, able to identify the azimuth and elevation to the location of the hostile fire event. Ideally, the system would provide the range and geo-location (e.g. latitude and longitude or 10 digit grid coordinate) of the hostile-fire event. A low false alarm rate is important to the overall effectiveness of an APS and HFD capability. Technical approaches to minimizing the false alarm rate, as well as any supporting analyses or data to quantitatively verify false alarm performance, should be provided. The Government is interested in integrated, system-level approaches that could be ready for a minimum Technology Readiness Level (TRL) 5/6 demonstration in Fiscal Year 2015. An explanation of component and system maturity is required; if TRL levels are used, provide detailed reasoning for choosing the listed level. Sources possessing potential solutions are invited to submit a white paper not to exceed 15 pages in length describing their capabilities and system concepts. The white paper must include, at a minimum, comprehensive descriptions of the system supported by facts and rigorous scientific reasoning that address the following considerations for all technologies proposed: a detailed discussion of potential sensor, countermeasure, and software solutions, potential integrated system approaches, an estimation of system performance against threats (please include the minimum threat launch range the APS can handle), amount of rolled homogeneous armor (RHA) [in mm] required to prevent perforation of residual fragments, accuracy to which the HFD capability can locate a hostile fire event, and maximum range the HFD capability can detect a hostile fire event), a discussion of relevant experience with technologies for similar applications, current technology maturity, and cost. White Papers shall also include: 1. Point (s) of contact (email and phone numbers) for further Government inquiry should more information be desired, name and address of firm, Central Contractor Registration CAGE Code and current level of firm's facility clearance (Secret, Top Secret or No Clearance). 2. Statement as to whether or not your company is considered a small or large business. Please also indicate any socioeconomic classification (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) that applies. The small business size standard is 500 employees for the North American Industry Classification System (NAICS) Code 541712. 3. Respondents should provide the following information if the company has previously performed this type of effort or a similar type effort (to include size and complexity): Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your company's direct support of the effort. This information will help the Government form its acquisition strategy. Proprietary information submitted in response to this RFI shall be marked accordingly and will be protected when clearly identified as proprietary. The ideas presented in the white paper will be discussed and assessed by U.S. Army Program Management Office Ground Combat Vehicle, Product Manager Requirements, Management and Analysis. Government support contractors may be involved in the review and assessment of responses submitted under this RFI. Response to this RFI should be received no later than 01 November 2013. Acknowledgement of receipt will be issued. The subject of the email message shall be: APS/HPD RFI - Your Company's Name. Responses should be submitted via email to the following individual: Mr. Tom Scurlock (Thomas.A.Scurlock.civ@mail.mil) DISTRIBUTION STATEMENT A: Approved for public release; distribution is unlimited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0fbc8cbe1488310eeb17ea72431d1849)
 
Place of Performance
Address: United States
 
Record
SN03210705-W 20131004/131002235314-0fbc8cbe1488310eeb17ea72431d1849 (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.