Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
MODIFICATION

23 -- Ground Vehicle Degraded Visual Environment (gDVE)

Notice Date
7/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY14GDVE
 
Response Due
7/28/2014
 
Archive Date
9/7/2014
 
Point of Contact
Hanh Dinh, 703-704-0856
 
E-Mail Address
ACC-APG - Washington
(hanh.t.dinh.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION (RFI): No award will be made as a result of this request. This Request for Information (RFI) is for informational purposes only; this is not a Request for Proposals (RFP), or Request for Quotations (RFQ). No solicitation document exists and formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses and is in no way obligated by the information. The Government will not reimburse interested sources or respondents to notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. Interested parties are responsible for appropriately marking proprietary or competition sensitive information contained in their response. NOTE: The use of RFI Number W909MY-14- gDVE is for tracking purposes only. The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is seeking sources on behalf of the RDECOM CERDEC Night Vision and Electronic Sensors Directorate (NVESD) for a ground based degraded visual environment system. The intent of this market research is to identify potential sensor capabilities, image processing and system solutions for the development of a ground based degraded visual environment system suitable for vehicles and fixed sites. Responders to this RFI are asked to provide their technical capability information (aka Statement of Capabilities) required to perform the requirements provided below. Statements should address the specific requirements of this notice and identify the vendors' specific capability to complete these requirements, including, but not limited to a description of corporate experience with similar projects and information on applicable industry certifications at the individual and organizational level. Combat vehicles are required to operate 24/7 under all battlefield conditions, including natural and man-made battlefield obscurants (e.g., sand, dust, smoke, fog). These obscurants create a degraded visual environment which adversely impact mission effectiveness and safety by reducing situational awareness, driving visibility, and targeting. For purposes of this RFI this degraded capability will be referred to as ground Degraded Visual Environment (gDVE). The Government seeks information about techniques to maintain sensor-based situational awareness, visibility, and targeting capabilities on vehicles in gDVE. Sensor wavebands include visible, NIR, SWIR, MWIR, and LWIR. These techniques can be based on new sensors, or they can be techniques that can be implemented or retrofitted on current vehicle sensors, such as Driver Vision Enhancement, Common Remotely Operated Weapon Station (CROWS), or Long Range Acquisition System (LRAS). Vehicles include mission support, tactical, and combat vehicles. The primary obscurants for this RFI are dust, smoke, and fog; solutions to one or all of these obscurants is desired. Techniques that will be considered include processing, spectral filtering, multi-band, new or improved sensors or camera systems or any other techniques that could be implemented on a military vehicle. Passive solutions are preferred, however, active solutions will also be considered. Responses should quantify the gDVE capability that is maintained by the proposed technique (in both day and night, if applicable), using clear atmospheric conditions as a baseline. For example, detection ranges of personnel or vehicles in gDVE with the proposed technique should be compared to the detection ranges in clear atmospheric conditions. Impacts to latency (measured from the sensor to the operator) should also be provided. An assessment of the current maturity of the technique should also be provided, as well as an assessment of the ability to provide a mature (TRL 6) capability ready for integration, demonstration, and evaluation in FY 2017. Relative cost, complexity, and operational suitability considerations should also be discussed in the response. Sources possessing potential solutions are invited to submit electronically a White Paperas one complete document not to exceed 15 pages in length describing their capabilities and system concepts. The White Paper must include, at a minimum, comprehensive descriptions supported by facts and rigorous scientific reasoning, that address the following considerations for all technologies proposed: a detailed discussion of potential sensor or software solutions, potential integrated system approaches, an estimation of system performance under the primary obscurant conditions and algorithm performance including expected performance, a discussion of relevant experience with technologies for similar applications, current technology maturity, and cost. Should there be proprietary data included with the information provided please clearly mark such information and separate it from the unrestricted information as an addendum. This RFI is intended to establish dialog and to request industry feedback; this is not a request for quotations or proposals. No solicitation exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses. NO TELEPHONE INQUIRES WILL BE ACCEPTED. 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. For more information, refer to http://www.sba.gov/content/table-smallbusiness-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. A description of the equipment and information supporting any claims that the proposed equipment meets the configuration descriptions and any claims of their maturity. 5. 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? 6. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary stated NAICS code 541712 6.a. 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. 6.b. If you are a small business, can you go without a payment for 90 days? 7. 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. 8. 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? 9. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 9.a. 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. 10. 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? 11. 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. 12. Does your company have a SECRET facility clearance or have access to one should it be required? 13. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? Responses to Small Business Questions 9 thru 23 are in addition to the above stated ten (10) page limitation. Responses should include the company name, CAGE code, point of contact, and address. All interested Companies or organizations are encouraged to respond to the RFI by providing the information within 21 days from the issuance of this RFI. Proprietary information submitted in response to this RFI announcement MUST be marked accordingly and will be protected by the Government. Respondents are requested to submit one electronic copy of the responses to gDVE POC, Gena Osborn, at gena.osborn.civ@mail.mil, and one copy to Contract Specialist, Hanh Dinh, at hanh.t.dinh.civ@mail.mil. Include RFI number W909MY-14- gDVE in the subject line. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored. You may request additional information from the Contract Specialist, hanh.t.dinh.civ@mail.mil and Contracting Officer, Rosetta Wisdom-Russell at rosetta.wisdom-russell.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d1af6c9fa9cf9bfc0660956fe8a757cd)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03418660-W 20140711/140710022607-d1af6c9fa9cf9bfc0660956fe8a757cd (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.