Virginia Bids > Bid Detail

1. Second Generation Forward Looking Infrared (2GF) Thermal Receiver Unit (TRU) Follow-On (RFI ONLY)

Agency:
Level of Government: Federal
Category:
  • 12 - Fire Control Equipment
Opps ID: NBD00159853009400552
Posted Date: Nov 16, 2023
Due Date: Dec 1, 2023
Source: https://sam.gov/opp/e8a3ec63bf...
Follow
1.        Second Generation Forward Looking Infrared (2GF) Thermal Receiver Unit (TRU) Follow-On (RFI ONLY)
Active
Contract Opportunity
Notice ID
W909MY-24-R-G001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG CONT CT WASH OFC
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 16, 2023 03:48 am EST
  • Original Published Date: Nov 15, 2023 10:21 pm EST
  • Updated Response Date: Dec 01, 2023 04:00 pm EST
  • Original Response Date: Dec 01, 2023 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Dec 16, 2023
  • Original Inactive Date: Dec 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1240 - OPTICAL SIGHTING AND RANGING EQUIPMENT
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Fort Belvoir , VA 22060
    USA
Description View Changes

AMENDMENT 0001 - UPDATED PRODUCT SERVICE CODE ONLY.



REQUEST FOR INFORMATION ONLY -- FOR MARKET RESEARCH PURPOSES.



The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Belvoir Division, on behalf of the Program Executive Office Intelligence Electronic Warfare & Sensors (PEO IEW&S) Project Manager Terrestrial Sensors (PM TS) Product Manager Ground Sensors (PM GS) is conducting market research on behalf of the US Product Manager Ground Sensors in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this Market Research is to identify potential sources that have the skills, experience, knowledge, and capabilities required to manufacture and deliver the following:






  1. Second Generation Forward Looking Infrared (2GF) Thermal Receiver Unit (TRU), specific B-Kit components, and spare components. The Government will only consider sources that can deliver all components on attachment 0001. SEE ATTACHMENT 0001 FOR A COMPLETE PARTS LIST.






  1. Repair/refurbish of TRUs, TRU Subcomponents, and CCAs stated in #1 above.






  1. Engineering & Technical Services - Includes qualification testing, conformance inspection, obsolescence mitigation, and software maintenance.







Interface and Performance Requirements:





The following list contains Performance Specifications that suppliers will need to meet in order to be considered fully qualified for each of the items:





Note: The following Performance Specifications cover the Block 1 and Block 1R B-Kit and TRUs.






  1. MIL-PRF-A3271804C Performance Specification for the Block 1 B-Kit

  2. MIL-PRF-12987773C Performance Specification for the Block 1 Thermal Receiver Unit

  3. MIL-PRF-5009755E Performance Specification for the Standard Advanced Dewar Assembly Type II (SADA II)





The following list contains Interface Control Documents that suppliers will need in order to meet to be considered fully qualified:







Note: The following Interface Control Documents cover the Block 1 and Block 1R B-Kit and TRU.






  1. 12987745C Interface Control Document for the 2GF Block 1 Thermal Imaging System

  2. A3298946H Interface Control Document for the 2GF Block-1 B-Kit

  3. A3190635H Interface Control Document for the SADA II





The Contractor shall be able to manufacture all items listed in Table 0001 to be compatible with all previously delivered 2GF Block 1/1R TRUs, TRU components, and B-Kit components.





The Government does not have rights to a complete technical data package. For any questions regarding the above technical data or information, to include Attachment 0001 showing the TRU Parts List, contact the below POC:





Tony D. Adams, Contract Specialist



Email: tony.d.adams10.civ@army.mil





Please note the following:



There is no Government funding available for development and test of the TRU or its components. Deliveries of new procurements are required no later than 18 months after receipt of award (ARO).





Foreign participation is excluded.





As a condition of responding to this RFI, it is a requirement that all potential responders possess the means to properly store and work on information classified at the SECRET level.





Sources responding to this Request for Information must provide the following information with as much detailed information as possible:






  1. Brief summary of the 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))






  1. Qualifications in Thermal Imaging/Infrared Technology for this effort or like efforts






  1. Does your company possess the technical data and capability to manufacture the TRU and its components? If you do not presently manufacture the TRU, components, how long would it take your company to develop, test, qualify, manufacture, and deliver a TRU system and system components which are fully interchangeable with the original equipment manufacturer?






  1. Provide the requested information for up to five (5) projects your company/team has performed within the past five (5) years. For each project, provide responses to the set of questions below.








    1. Agency/Customer:

    2. Project Name:

    3. If you have experience as a prime contractor, please provide as much of the following information as possible:








  1. Number of task orders you were prime on

  2. Contract number(s)








    1. 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.

    2. Aggregate dollar value of entire contract

    3. Aggregate dollar value of task orders you were the prime on

    4. Is the work similar in scope to that of the above performance capabilities and attributes?

    5. Period of Performance (for base and options)

    6. Were you the Prime or Subcontractor?

    7. % of Work Performed

    8. Description of Work Performed

    9. Security Clearance Requirements (number of personnel and level of clearance and/or designation)








  1. Is your company planning on business arrangements with other companies? If so, please describe the process used in selecting members.






  1. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, and/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.






  1. Does your company have a SECRET facility or access to one should it be required?






  1. Does your company have an adequate number of employees who have a SECRET clearance who can perform the activities required to manufacture the components listed in attachment 0001?






  1. Discuss existing production capacity. What is the current maximum capacity and lead times for producing TRUs and the associated subcomponents listed in attachment 0001? If you do not currently have a production line, how long would it take to establish one? Additionally, what quantities per year are necessary to maintain an efficient industrial base? Please provide information on your approach to supply chain management and any current risks to maintaining an effective production line.






  1. Describe how you will either produce or subcontract for each component or assembly. Please identify sources of supply for any components or assemblies for which you intend to subcontract production. Please identify if this would be a new or established relationship for these components.






  1. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system?





QUESTIONS 12 - 15 ONLY APPLY TO THE SMALL BUSINESS RESPONDENTS: In addition to the above, small businesses responding should provide the following information:






  1. If you are a small business and plan to be the prime, please inform how you will meet the limitations on subcontracting Clause 52.219-14.






  1. If you identify your company as a Small Business or any of the Small Business subcategories above, then is your company interested in being a prime on this contract?






  1. Under the current SB size standard, do you anticipate your company remaining a small business for at least the next three years, under the stated NAICS code 334511? The Government will use this information to assist in determining if this effort is eligible as a small business set aside.






  1. If you are a small business, can your company sustain if not paid for 90 calendar days?





Using the components listed in the attached Parts List Table complete the following Make/Buy Table and submit with your response. Use the following guideline: chose “Make” or “Buy” depending on whether you make (manufacture) or buy (use sub-contractor(s)) each component. If company owned technical data is subcontracted for manufacturing as a “build to print” arrangement, select “Make” in the response.







Government Qualified Items



Item Description NSN Part Number Make/Buy Comments



“Make” or “Buy”






  1. Discuss existing production capacity, or required capacity if establishing a production line, and economic quantity requirements necessary to maintain that capacity and industrial base.






  1. Please provide the following Point of Contact information on all responses:





Company:



Address:



Point of Contact:



Phone Number:



Fax Numbers:



Email Address:



CAGE Code:



DUNS Number:






  1. Please identify your company's business size standard based on the North American Industrial Classification System (NAICS) code of 334511 for example. For more information, refer to http://www.sba.gov/content/table-small-business-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






  1. The Government requests that interested parties with the capabilities to meet the above requirements should electronically submit White Papers of not more than fifteen (15) pages, 8.5" x 11" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Responses to Small Business Questions 12 thru 15 are not counted in the above stated twenty (20) page limitation. Any information submitted by respondents to this sources sought notice is totally voluntary and at no cost to the Government. This information will help the Government form its acquisition strategy. All information received in response to this sources sought synopsis that is marked "Proprietary" will be handled accordingly. Responses will not be returned nor will receipt be confirmed. No solicitation exists; therefore, do not request a copy of a solicitation.





Upon request, the Government will provide Interface Control Documents and Performance Specifications only. To receive copies, the request shall be submitted in writing or via Email. NO TELEPHONE REQUEST WILL BE HONORED. Requests must be submitted within 14 days after this notice. Initial responses should be submitted to the POC: Product Manager Ground Sensors (PM GS) 10221 Burbeck Road, Attention: Mr Vincent E. Ramirez, Bldg 399 Room 108, at Fort Belvoir, VA 22060-5806 (vincent.e.ramirez4.civ@army.mil). Request you include a copy of any requests to the contracting team at tony.d.adams10.civ@army.mil (Contract Specialist) and danny.w.lester.civ@army.mil (Contracting Officer). Initial requests must also include your company name, Company and Government Entity (CAGE) Code, classified mailing





Responses are due no later than 4:00 PM EST (local time at Fort Belvoir, VA) on 1 December 2023. Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Send responses electronically to:



Tony D. Adams, Contract Specialist, email: tony.d.adams10.civ@army.mil



Danny W. Lester, Contracting Officer, email: danny.w.lester.civ@army.mil





Vincent E. Ramirez, PM GS, 2GF Systems Engineer,



Email: vincent.e.ramirez4.civ@army.mil





Contracting Office Address:



Army Contracting Command, APG-Fort Belvoir



10205 Burbeck Road, Bldg 362



Fort Belvoir VA 22060-5811





Place of Performance:



PM Ground Sensors, 10221Burbeck Road, Building 399, Fort Belvoir VA 22060-5806





Attachment 0001





Type:



Other (Draft RFPs/RFIs, Responses to Questions, etc.)





Label:



Attachment 0001




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 2461 EISENHOWER AVENUE HOFFMAN BLDG 1 ROOM 964
  • ALEXANDRIA , VA 22331-0700
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >