Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
SOURCES SOUGHT

99 -- Night Eagle Gimbal Sensor System

Notice Date
3/3/2015
 
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
W909MY15RA007
 
Response Due
3/27/2015
 
Archive Date
5/2/2015
 
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
The Army Contracting Command-Aberdeen Proving Grounds (Belvoir Division) is seeking sources on behalf of the CERDEC Night Vision and Electronic Sensors Directorate (NVESD) for two gimbal sensor systems for use on Night Eagle (NE) aircraft. The NE system is a Quick Reaction Capability (QRC) system developed to provide aerial Counter-Improvised Explosive Device (C-IED) surveillance. The current NE gimbal system (474HR4) is provided by L-3 Sonoma EO and consists of a 21 quote mark diameter, high resolution, highly stabilized gimbal within which are installed electro-optical, infrared and laser sensors. The gimbal is capable of automatically tracking road segments (i.e., step stare) while collecting high resolution imagery. Collected imagery is processed and analyzed for environmental changes. The gimbal also has the ability to auto-scan areas of interest, detect movement within a sensor's field of regard and auto-track moving vehicles. Gimbal imagery is compressed and data linked to a processing and exploitation facility. This requirement addresses the need for procuring up to two (2) new NE gimbal sensor systems as an interoperable, compatible replacement for the existing Gimbal. These new gimbal systems will augment the existing NE gimbal system inventory. NVESD is seeking additional sources with the necessary engineering expertise, manufacturing capability, and logistics support infrastructure to provide new gimbal systems that are compatible with existing NE gimbal system aircraft interfaces, command and control (C2) software, data link formats, imaging processing and logistics support. The upgraded gimbal/sensor system shall enhance NE performance and be capable of meeting current NE deployed operational mission tasking no later than 12 months of contract award. Desired performance improvements include improved sensor optics, increased gimbal system reliability and improved field support capability. The contractor shall provide the Government with sufficient information to demonstrate they will be able to satisfy the Government's gimbal sensor system upgraded hardware and software requirement, demonstrate ability to maintain total mechanical and electrical interface compatibility with existing NE aircraft, and demonstrate ability to maintain gimbal compatibility with: (1) existing NE gimbal C2 software, (2) existing NE data link/SATCOM links, and (3) NE imagery processing/exploitation/ dissemination software. Contractor's RFI response shall support the contractor's ability to demonstrate upgraded gimbal sensor system performance in accordance with system specifications, ability to support Government performance verification ground and flight testing and ability to provide detailed engineering and manufacturing documentation suitable to support the issuance of an Army aircraft carriage flight clearance. Interested parties who have the ability to satisfy the above requirements should submit a white paper, not to exceed 10 pages, addressing the following: 1.Responses should include a cover letter (not included in the page count) providing: Company Name, Cage Code, Point of Contact, POC email address, POC phone number 2.Statement as to whether or not your company is considered a small or large business. If your company is a small business, please indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. 3.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? 4. Do you plan to prime? Describe how you will either produce or subcontract for each component or assembly required. Please identify sources of supply for any components or assemblies for which you intend to subcontract production. Does your company possess the capabilities to provide the entire range of services called for in the above task list? a.______ YES _______ NO 5. If you answered YES to Question # 4a, please provide specific capabilities and examples for how your company can provide these services. 6. If you answered NO to Question # 4a, please list what services in the RFI your company can provide? Please provide specific capabilities and examples. 7.Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the PWS. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code 334511 of the work that the team member may be doing. 8. What are the core competencies of your employees that would support the requirements described above? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements described above. 9.Do all the employees that would support this requirement have a SECRET Clearance or higher 10.Describe your company's knowledge of the current Night Eagle gimbal sensor system (i.e., sensors, sensor output, imagery exploitation, gimbal mechanical/electrical interfaces with the Night Eagle aircraft, reliability, etc.). 11.Describe how your proposed gimbal system would not require changes to the current NE gimbal command & control software, aircraft-to-gimbal mechanical/electrical interfaces and imagery processing software. 12.The NE gimbal system requires Army Engineering Directorate (AED) certification for carriage on the NE aircraft. Describe your company's knowledge of the AED airworthiness release process and what engineering/manufacturing documentation your company would provide to support AED flight certification requirements. 13.Describe what specific Government support your company would require to verify new gimbal performance (i.e., Government test aircraft, test ranges, targets, etc.). 14.Identify the timeline your company believes would be required to deliver up to two new (2) gimbal systems; to include any proposed company ground and flight testing. 15.If the Army were to procure up to 2 gimbal systems from your company for NE, describe how your company would provide gimbal logistics support (engineering, material, repairs, field support, etc.) for up to two (2) deployed OCONUS gimbal systems. In addition to the above please answer the following small business questions (not included in the page count). 1.Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 334511? 2.Does your company meet the Non-manufacturing Rule? If so How? 3.What are the core competencies of your employees that would support the requirements stated above? Also, provide the total number of individuals currently employed by your company that are capable of supporting these requirements. 4. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 5.If you are a small business how do you select your partners and/or subcontractors? (they don't have to tell you which companies just define how they select them) Responses should be submitted no later than close of business on 27 March 2015. Responses should be emailed to shahahaadah.c.nalls.civ@mail.mil with a copy to rosetta.wisdom-russell.civ@mail.mil. The subject of the mail message shall be: W909MY-15-R-A007, Market Research Response, Your Company's Name. All questions of a technical nature should be addressed to Ms. Monika Herdlick, NE Project Manager, at monika.a.herdlick.civ@mail.mil with a copy to rosetta.wisdom-russell.civ@mail.mil. All contractual questions should be addressed to Ms. Shahaadah Nalls, Contract Specialist, at shahahaadah.c.nalls.civ@mail.mil. NO TELEPHONIC QUESTIONS WILL BE ACCEPTED. The above information is provided for information only and is not a Request for Proposal or announcement of a solicitation. This Request for Information does not constitute an invitation for bid or Request for Proposal, and is not to be construed as a commitment by the Government to issue a contract or order. The Government will not pay for any effort expended or any material provided in response to this announcement nor will the government return any data provided. It is desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/24d442f85aaca019d7c074ceda4f80c1)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03657165-W 20150305/150303234855-24d442f85aaca019d7c074ceda4f80c1 (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.