Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
SOURCES SOUGHT

A -- Light Detection and Ranging (LIDAR) Payload for Manned and Unmanned Airborne Platforms - Table 1: Requirements Matrix

Notice Date
12/21/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 2461 Eisenhower Avenue, Alexandria, Virginia, 22331, United States
 
ZIP Code
22331
 
Solicitation Number
W909MY-17-R-A006
 
Point of Contact
Hanh T. Dinh, Phone: 7037040856
 
E-Mail Address
hanh.t.dinh.civ@mail.mil
(hanh.t.dinh.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Table 1: Requirements Matrix REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION; The Government is not obligated to make an award as a result of this request. This Request for Information (RFI) is for informational purposes only; this is not an Invitation for Bids (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document 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 and information and materials received in response to this RFI and is in no way obligated by the information received. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The information provided may be used by the Army in developing a future acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. NOTE: The use of RFI Number W909MY-17-R-A006 is for tracking purposes only. BACKGROUND/DESCRIPTION: The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Belvoir is conducting Market Research, on behalf of the United States Army Communications-Electronics Research, Development and Engineering Center (CERDEC)-Night Vision and Electronic Sensors Directorate (NVESD), in accordance with Federal Acquisition Regulation (FAR) Part 10, to determine the state-of-the-art in Light Detection and Ranging (LIDAR) systems. The LIDAR system shall be capable of supporting mission planning (also referred to as tactical mapping), concealed target detection (Multi-Aspect Foliage Penetration [FOPEN]) and mapping missions. NVESD is interested in LIDAR systems components and concepts that are mature enough to enter an Advanced Technology Demonstrator prototype development phase. During this two and a half year technology development program, all technologies, including the overall system development, must reach at least Technology Readiness Level (TRL) 6. To be considered responsive to this RFI, every described system must meet threshold requirements (described below in Table 1). However, responders are encouraged to strive for the listed objective level requirements. In considering the objective trade space in your design, please pay attention to the listed priorities for the given objective requirements. This RFI is to support a prototype development program, however, developing towards a producible, affordable, and reliable system are important aspects. While describing your system concept, please include discussions on how you will ensure that your solution is producible, affordable, reliable, and interoperable with existing Army systems. In addition, this RFI requests respondents' answer specific questions regarding their basic qualifications in developing or upgrading intelligence, surveillance, and reconnaissance (ISR) and/or LIDAR hardware and software. DESCRIPTION OF REQUIREMENTS Responses are requested for those sources that have the existing capability or plans to develop and deliver LIDAR payloads with the characteristics meeting or exceeding those below: The LIDAR system shall consist of multiple Line Replaceable Units (LRUs) including but not limited to an Imaging Sensor Unit (ISU) and Storage and Processing Unit (SPU). The ISU consists of a pointing and stabilization unit (e.g. stabilized turret) that houses the sensor optics, focal planes and supporting electronics. Essentially everything required to operate the LIDAR sensor except for data storage and processing. If the ISU requires an external electronics box, the external box must be included in the ISU weight calculations. The SPU refers to the storage and processing computer as well as the processing/ exploitation algorithms running on the hardware. The SPU will also host the ISU's command, control and status software. This RFI is separated into two portions, a Vendor may optionally respond to one of the two sections or both sections. The first section requests information on the ISU; responses to this section are limited to 25 pages. The second section requests information on the SPU; responses to this section are limited to 20 pages. The responses to the SPU section should focus on unique processing techniques and algorithms provided by the vendor and low SWAP solutions for the hardware. A responder may submit solutions to the SPU section that solely address low SWAP hardware or unique processing and algorithms. LIDAR requirements include capability for ground resolved distance (GRD) of 20 cm or less from at least 18,000 feet above ground level (AGL) at nadir. Point rate shall be 0.5 to 6.5 million or more final-product points per second. Responders should discuss how they convert from measured points per second to final-product points per second. Make sure to include all relevant data and metrics used to determine final-product points so that the government is able to validate and replicate your calculations (e.g. probability of detection [PDET], minimum number of detections [NDET], pulse-rate frequency [PRF], focal-plane array photon detection efficiency [FPA PDE], etc.). The LIDAR shall have a variable swath from 200 meters or less to 1 km or more. To achieve the final product, the government will allow over-sampling and resampling. The LIDAR should be capable of reaching slant ranges of 25,000 feet. Range resolution, (ability to separate objects in range with a minimal number of laser pulses) shall be under one meter and range precision (statistical distribution of a number of measurements over a fixed range) shall be under 10 cm. Field of regard of the system shall be at least plus or minus 35 degrees in-track and 45 degrees cross-track. The primary desire for this payload is for an unmanned airborne platform. As such, weight and aerodynamic drag (represented primarily by diameters of the front cross-section) are major concerns. The weight requirements are given in Table 1, but the discussed payload should seek to minimize weight and drag wherever possible. The weights described for your solution should include the ISU, PSU, all needed packaging, cables, hardware, etc. Please show a breakout of how you estimated the weight of your solution. It is a desire, but not a requirement, that this payload also be compatible with a manned platform via use of an external gimbal. If your solution would also be compatible with a gimbal, please describe an applicable gimbal and demonstrate that your size and weight would be compatible. For the manned application, processing and other electronics can be assumed to be mounted inside the cabin as needed. Table 1: Requirements Matrix - see PDF Attachment The LIDAR system's PSU shall store and process the ISU's imagery. The government desires automated feature extraction (AFE) and/or aided target recognition (AiTR) algorithms and transmission of a low-resolution orthographic projection of the human activity layer (HAL) annotated with anomaly detections. The Vendor, in response to the processing solution, should discuss any AFE and AiTR algorithms they currently possess. Examples include anomaly detection, segmentation, void detection, plane detection, or any algorithm or tool to minimize analysts' workload and facilitate operation over limited bandwidth communications (<= 2 Mbps). A discussion of customer hardware for the PSU to minimize size, weight and power is required if responding to both #3 and #4. This is a market survey to identify all parties interested in taking part in this entire effort as a prime contractor. Please provide the following information no later than 30 January 2017. Future communications related to this program will be distributed based on interested parties list. Please identify your company's business size standard based on the North American Industrial Classification System (NAICS) code of 541712 for example. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards 1. Provide a brief summary of your company. Company Information Company Name: Company CAGE Code: Company DUNS Number. If your Company holds a GSA Schedule contract (541 or other), please provide the Schedule number Company: Address Company Phone # Company email: Company Representative and Business Title: Company Socioeconomic Classification: Small Business (SB), (8)(a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operated(VOSB), Service-Disabled Veteran-Owned, (SDVOSB), or Historically Underutilized Small Business-Zone (HUBZone), Historically Black College and Universities/ Minority Institutions (HBCU/MI) 2. Do you plan to prime? If so, continue to question #3 and #4. Request for information to items #3 and/or #4. Interested parties can respond to both or one or the other: 3. Please describe the ISU solution being advocated by your company. In this description discuss the details of your solution; be sure to address each of the requirements for Table 1 in detail. When discussing your system or planned improvements, take into account the objective priority level for each parameter. This priority indicates the parameters that are highly desired to push past threshold (high being most desired and low being less desired, however still desired). Even small improvements past threshold are desired even if not fully reaching the objective value. Include a detailed discussion on the maturity and estimated TRL of your system and the major subsystems and/or major components (e.g. proposed focal plane arrays (FPAs)). Fully discuss your justification for this TRL rating. Also, estimate the final weight of the ISU. Show your weight estimations broken out by major components or subsystems. Describe the costs and schedule required to develop your solution to TRL 6, provide a brief justification for both. 4. Describe your processing solution to this LIDAR system. Include a description of your capability, approach and TRL. For the capability portion, discuss the origin of the algorithms. For each algorithm described in the write-up, include a discussion on the minimum and desired sensor parameters needed (e.g. requires point density of 10 per square-meter etc.). In the approach and TRL sections, the vendor should give enough description of the approach and TRL justification for the government to determine the maturity of the described approach is. If processing hardware is included in the write-up then include weight, size and power parameters of the hardware used to support on-board processing. 5. Does your company have experience working with LIDAR and ISR systems as part of a Public Private Partnership Work share as described above? If so, use the following template Capabilities Provide the requested information for up to five (5) projects your company/team has performed within the past five (5) years. Complete one table per project. Agency/Customer: Project Name: If you have experience as a prime contractor, please provide as much of the following information as possible: a. Contract number(s) Identify the agency or non-government customer, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar items commercially. Aggregate dollar value of entire contract you were the prime Is the work similar in scope to that of the above performance capabilities and attributes? Period of Performance (for base and options): Were you the Prime or Subcontractor? % of Work Performed: Description of Work Performed: Security Clearance Requirements (number of personnel and level of clearance and/or designation) 6. If your company is planning on business arrangements with other companies, please list the capabilities or services provided by these other companies that would contribute to this effort. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. Respondents 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. 7. 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. 8. Do all the employees that would support this requirement have a security clearance? If not, what percentage of employees that will be involved in this effort, have a security clearance? 9. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? In addition to the above, small businesses responding should provide the following information: (questions 11-13 will not count against the 45 page limit). 10. If you are a small business and plan to prime, please inform how you will meet the limitations on subcontracting Clause 52.219-14. 11. Under the current SB size standard, do you anticipate your company remaining a small business, under the stated NAICS code 541712? 12. If you are a small business, can your company sustain if not paid for 90 calendar days? Interested parties with the ability to satisfy the above characteristics and capabilities should submit a white paper, not to exceed 45 pages, discussing your company's ability to meet the above requirements. The response should include a complete discussion of the ability to meet the above stated characteristics and capabilities, contractor's facility availability and staffing capabilities. The supporting documentation must be in sufficient detail to enable the Government to determine if the potential vendor either has the required product, hardware, and data, or the capabilities and production qualifications required for this combined effort. Please also include a discussion of any commercially available solutions, which your company can provide. Descriptive literature of the commercial product, if available, should be provided and will not be included in the above page count. Responses should also include a cover letter (not included in the page count) providing: Responses are due no later than 4:00 PM EST (local time at Fort Belvoir, VA) on 30 January 2017. Email responses should not exceed 10 Megabytes (MB). Responses shall be limited to single-sided pages partitioned as described later in this document (excluding cover page, table of contents, and acronym listing pages), minimum 10 pt. New Times Roman font. Responses received after this date and time may not be reviewed. Send responses electronically to: Hanh Dinh, Contract Specialist, email: hanh.t.dinh.civ@mail.mil Rosetta Wisdom-Russell, Contracting Officer, email: rosetta.wisdom-russell.civ@mail.mil PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. Response to this Sources Sought should be received no later than 30 January 2017. All requests for further information must be in writing or via email; telephonic requests for additional information will not be honored. You may forward request for additional information and/or responses to Hanh Dinh, Contract Specialist at hanh.t.dinh.civ@mail.mil, Ms. Rosetta Wisdom-Russell, Contracting Officer at: rosetta.wisdom-russell.civ@mail.mil. Acknowledgement of receipt will be issue.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9c604bd41de0aa4fe7213412302aa6d2)
 
Record
SN04358317-W 20161223/161221235535-9c604bd41de0aa4fe7213412302aa6d2 (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.