Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOURCES SOUGHT

66 -- Downsized Electro-Optic Instrument Controller (DEOIC) RFI - RFI

Notice Date
9/13/2018
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-18-I-5134
 
Archive Date
3/29/2019
 
Point of Contact
Kimberly A. Stone, Phone: 7034325302
 
E-Mail Address
kimberly.a.stone@usmc.mil
(kimberly.a.stone@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Spec RFI DOWNSIZED ELECTRO-OPTIC INSTRUMENT CONTROLLER Request for Information (RFI) Program Manager Supply and Maintenance Systems, Automatic Test Systems (PM-SMS) Description The Program Manager Supply & Maintenance Systems (SMS), Marine Corps Systems Command (MARCORSYSCOM), is seeking potential sources to procure a Downsized Electro-Optic Instrument Controller (DEOIC) to interface to the existing Virtual Instrument Portable Electronic Repair/ Tester (VIPER/T), Electro-Optic subsystem (VEO-2) Collimator. This instrument controller, coupled with the VEO-2, will support the functional testing of multiple handheld and weapon-mounted Infrared (IR) and image intensifying (I2) night vision devices, and multiple laser aiming devices, illuminators, and range finders. Background The Marine Corps currently utilizes an Automatic Test System (ATS) with the VEO-2, and an Application Program Set (APS) to support the testing of handheld and weapon-mounted electro-optic devices. The intent for DEOIC is to replace the current VIPER/T with a smaller, modern instrument controller solution that will provide the necessary instrumentation, power, and electro optic (EO) test capability required to execute the testing of multiple EO devices within the Marine Corps inventory. The DEOIC solution must also be capable of executing the Test Program Sets with the AN/PSM-117 APS. The APS provides the hardware necessary to securely mount and align each EO device to the VEO2 for testing. It also includes custom-designed power and interface cables for each device, as well as specialized equipment required for thermal and low-light test verification. The current APS also includes test program software, which is designed to run on the VIPER/T. These test programs provide the required commands to the VIPER/T necessary for test execution, and also provide setup procedures and instructions to the user. The current test program software is written in ATLAS and utilizes a subset of EO test software called IRWindows Version 2003. The proposed DEOIC solution will utilize a Windows 10 operating system, a C-based Runtime System, and IRWindows Version 4. All existing test programs will be transitioned from the current ATLAS programming language to a C-based language. The DEOIC is intended to support both the current portfolio of handheld and weapon-mounted devices as well as future IR, I2 and laser devices. The following is a list of devices that the Government intends to support with the DEOIC: AN/PAS-22, AN/PAS-25, AN/PEQ-15/16A/18, AN/PAS-13D/E/G, AN/PAS-28, AN-PSQ-18A/23A, AN/PSQ-31, AN-PVS-14, AN-PVS-17C/24A, AN-PVS-30, LA-9, SU-277/PSQ, AN/PSQ-20/20A/20B, AN/PSQ-23A, AN/PSQ-36/36A, AN/PAS-29A, AN/PAS-21A, ENVG-III, I-CUGR. Requested Information The Government is seeking industry comment on the draft Government Performance Specification as part of this RFI and information on potential material solutions that could meet the Government's requirements. Responses Interested parties are requested to respond to this RFI with a white paper. White papers in Microsoft Word for Office 2010 compatible format are due no later than 1 OCTOBER 2018, 2:00 PM EST. Responses shall be limited to 25 pages and submitted via e-mail only to the Project Officer, John Flanagan at john.flanagan@usmc.mil with a courtesy copy sent to the Contracts Specialist, Kim Stone at kimberly.a.stone@usmc.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. The number of pages in Section 1 of the white paper are not included in the 25-page limitation. The 25-page limitation applies only to Section 2 of the white paper. Responses should provide administrative information and include the following, at a minimum: Section 1: • Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. • Recommended contracting strategy. • A statement that the respondee will allow the Government to release any proprietary data to Government support contractors. In the absence of this endorsement, the Government will assume that the respondee does NOT agree to the release of its submission to Government support contractors. • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services. • DUNS and CAGE Code. • The security clearance classification of the offeror's facility. Section 2: Technical response. Industry Discussions MARCORSYSCOM representatives may or may not choose to conduct discussions with potential offerors. Any discussions will be pursued for the sole purpose of clarifying potential capability to meet this requirement. The Marine Corps ATS Team will have representatives present at the upcoming AutoTestCon event to be held at National Harbor, Maryland from 17-19 September 2018. This is an opportunity for interested vendors to discuss general automatic test system capabilities, trends, and issues in an open forum with both industry and Government representatives. Interested vendors may contact John Flanagan at the email provided above. The Governments attendance is not an endorsement of the event nor is their visiting a company's booth an endorsement of that company or its product. Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Project Officer, John Flanagan at john.flanagan@usmc.mil with a courtesy copy sent to the Contracts Specialist, Kim Stone. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after September 21, 2018 will be answered. This RFI is issued solely for information and planning purposes in accordance with FAR Clause 52.215-3-Request for Information or Solicitation for Planning Purposes, it does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quotation (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Marine Corps is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Responses may not include classified material. Not responding to this RFI does not preclude participation in any future RFP, if one is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-18-I-5134/listing.html)
 
Record
SN05088804-W 20180915/180913231702-2a94084b1339931785c8401d085b48ec (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.