Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

R -- Low SWAP-C Sensor module for Driving and 360� LSA

Notice Date
7/6/2020 4:27:57 AM
 
Notice Type
Presolicitation
 
NAICS
54171 — Research and Development in the Physical, Engineering, and Life SciencesT
 
Contracting Office
ACC-ABERDEEN PROVING GROUNDS CONT C ALEXANDRIA VA 22331-0700 USA
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-20-R-SWAP
 
Response Due
8/17/2020 7:00:00 AM
 
Archive Date
09/01/2020
 
Point of Contact
John Maurer, Dr. Wilson Caba
 
E-Mail Address
John.R.Maurer2.civ@mail.mil, Wilson.A.Caba.civ@usa.army.mil
(John.R.Maurer2.civ@mail.mil, Wilson.A.Caba.civ@usa.army.mil)
 
Description
REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION: No award will be made as a result of this request. This Request for Information (RFI) is for informational purposes only; this is not an Invitation for Bid (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document exists and a formal solicitation will 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 preparation expenses 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-20-R-SWAP is for tracking purposes only. RFI objectives: Identify technically mature (TRL 6+) wide field of view (WFOV) inexpensive compact sensor module (see below) that provides Local Situational Awareness (LSA) for driving military vehicles or robotic platforms. � Determine feasibility of delivering at least one sensor module within 12 months After Receipt of Order (ARO). � WFOV Sensor Threshold Objective LSA Sensor Module (TRL 6) inexpensive uncooled long wavelength infrared (LWIR) inexpensive uncooled LWIR with a color visible/NIR sensor Background Description:����������������� The U.S. Army Contracting Command-Aberdeen Proving Ground Belvoir Division, on behalf of the C5ISR Center Night Vision and Electronic Sensors Directorate (NVESD), is requesting information on interested and capable sources to apprise future requirements related to economical and mature uncooled Longwave Infrared (LWIR) sensor modules with Wide Fields of View (WFOV), capable of providing high definition video to support driving military vehicles or robotic platforms.� The preferred module must be small in size and capable of being fully integrated into Ground Combat/Robotic Vehicles and capable of being integrated with a 360 degree Local Situational Awareness (LSA) system while observing typical space and operational requirements. �Sensor module affordability, while maintaining technical performance, is also a significant consideration area. � Current military vehicles have limited resolution sensors to support driving/maneuvering or provide situational awareness while operating under complex environmental/ battlefield conditions. LWIR sensor resolution and sensitivity capabilities have matured to enable Warfighters to continue their mission under all environmental conditions, however, the size, weight, power and cost (SWAP-C) of uncooled infrared (UCIR) sensor components hinders proliferating this capability across the military combat/robotic vehicle community. Responses to this RFI should include an innovative sensor concept, combining economical high definition sensors, capable of interfacing with multifunction image processing technology or potential for integration into a 360LSA system, to provide the combat/robotic vehicle driver with a high resolution view of vehicle surroundings delivered by the external day/night sensors mounted on the vehicle. This RFI seeks to identify an economical indirect vision sensor module solution to support driving line-haul vehicles, legacy combat vehicles, and robotic vehicles (RCV-L/M) that are scalable to 360� LSA, using high definition LWIR cameras (T = Threshold Requirement) and color visible/NIR cameras (O = Objective Requirement). � Name/type of technology or model � Technology maturity: Existing technology or technology concept � Brief overview of company history, limited to 3 paragraphs � If you identify your company as a Small Business or any of the SB subcategories as listed below, then is your company interested in a prime contract? �If so, does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide? Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUB Zone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary stated NAICS code 541712? � 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. � If you are a small business, can you go without a payment for 90 days? � 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. � 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. � 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? � Is your company considered a non-traditional DoD vendor as defined in defined in 10 U.S.C. � 2302(9)? � B.� Technical Narrative Instructions (maximum 15 pages) The Technical Narrative shall be submitted as two files.� The content of each file shall be identical.� The primary submission shall be MS Word*.docx format.� A copy in Adobe *.PDF is also required. ����������� Page Size:���������������� 8.5 x 11.0 inches ����������� Margins:�������������������� 1 inch all around ����������� Font:�������������������������� Arial or MS Sans Serif ����������� Font Size:����������������� 12 point The technical narrative submitted shall NOT exceed 15 pages.� Test data, drawings, model outputs, etc. can be provided as attachments and will not be counted in the 15 page limit. � Question and Answers Questions of a technical nature should be addressed to John Maurer, NVESD, John.R.Maurer2.civ@mail.mil or Dr. Wilson Caba, NVESD, Wilson.A.Caba.civ@usa.army.mil. Questions of a contractual nature should be addressed to Jara Tartt, Jara.N.Tartt.civ@mail.mil or Shahaadah Nalls, Shahaadah.C.Nalls.civ@mail.mil. Data Rights It is desirable that data be received with unlimited rights to the Government. However, it is recognized that proprietary data may be included with the information provided. If so, it is the responsibility of the interested party submitting data to clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum.� No Classified data shall be provided via email. Disclaimer Any information submitted by respondents to this sources sought synopsis is voluntary. The Army does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment for any purpose. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.).�������������������������������������������������������������������������������������������������������
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/000364fb8ee54bed9f7a7e4d88969599/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060, USA
Zip Code: 22060
Country: USA
 
Record
SN05711925-F 20200708/200706230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.