Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOURCES SOUGHT

99 -- Enhanced Robotic Capabilities Market Survey

Notice Date
6/29/2020 7:12:27 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W4GG HQ US ARMY TACOM WARREN MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-20-R-0209
 
Response Due
7/7/2020 10:00:00 AM
 
Archive Date
07/22/2020
 
Point of Contact
Eric M. Ball, Phone: 586-282-9084, Jennifer L. Jusela, Phone: 5862828895
 
E-Mail Address
eric.m.ball10.civ@mail.mil, jennifer.l.jusela.civ@mail.mil
(eric.m.ball10.civ@mail.mil, jennifer.l.jusela.civ@mail.mil)
 
Description
Enhanced Robotic Capabilities Market Survey STS Contract/Work Directives Edition Please provide the projected development and integration resources such as cost and timing to support the survey's objectives. The U.S. Army recognizes these are rough estimates and will use the information strictly as a means for gaining general knowledge. GENERAL INFORMATION: The U.S. Government appreciates the time and effort taken to respond to this QUESTIONNAIRE. The U.S. Government acknowledges its obligations under 18 U.S.C. �1905 to protect information qualifying as ""confidential"" under this statute. (To avoid possible confusion with the meaning of the term ""confidential"" in the context of Classified Information,"" we will use the term ""PROPRIETARY."") Pursuant to this statute, the Government is willing to accept any PROPRIETARY (e. g. trade secret) restrictions placed on qualifying data forwarded in response to the QUESTIONNAIRE and to protect it from unauthorized disclosure subject to the following: 1. Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) ""PROPRIETARY"" with an explanatory text so the U.S. Government is clearly notified of the data needing to be appropriately protected. 2. In marking such data, please take care to mark only those portions of the data or materials truly proprietary (over breadth in marking inappropriate data as ""PROPRIETARY"" may diminish or eliminate the usefulness of your response - see item 6 below). Use circling, underscoring, highlighting or other appropriate means to indicate the portion of a single page to be protected. 3. The U.S. Government is not obligated to protect unmarked data. Additionally, marked data which is already in the public domain or in possession of the U.S. Government or third parties, or is afterward placed into public domain by the owner or another party through no fault of the U.S. Government will not be protected once it is in the public domain. Data which is already in the possession of the U.S. Government will be protected in accordance with the government's rights in the data. 4. Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the U.S. Government, shall contain the ""PROPRIETARY"" legend, with any explanatory text on both the cover of the transmittal email and at the beginning of the file itself. Where appropriate for only portions of an electronic file, use the restrictive legends ""PROPRIETARY PORTION BEGINS:"" and ""PROPRIETARY PORTION ENDS."" 5. In any reproductions of technical data or any portions thereof subject to asserted restrictions, the U.S. Government shall also reproduce the asserted restriction legend and any explanatory text. 6. The U.S. Government sometimes uses support contractors in evaluating responses. Consequently, responses which contain proprietary information may receive only limited or no consideration since the respondent's marking of the data as ""PROPRIETARY"" will preclude disclosure of same outside the U.S. Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. The U.S. Government will use its best efforts to evaluate those responses that contain proprietary information without using support contractors consistent with the resources available. 7. The U.S. Government will not publish the results of this QUESTIONNAIRE. Respondents WILL NOT be notified regarding information obtained related to this QUESTIONNAIRE. If and when a solicitation is issued, it will be posted on beta.sam.gov. It is the respondent's responsibility to monitor these sites for the releases of any synopsis or solicitation. Product Manager (PdM) Unmanned Ground Vehicles (UGV) is beginning an effort to add capabilities, payloads, and updates to existing robot systems (specifically the existing Man Transportable Robotic System Inc. II (MTRS Inc. II) and Common Robotic System � Heavy (CRS-H) platforms). This effort may include but is not limited to performing technical studies pertaining to the integration of various payloads/capabilities onto the MTRS and CRS-H platforms; performing physical, electrical, and software updates; incorporating requirements; and managing updates to the programs. In order for us to better understand the environmental constraints of making these changes, we have the following questions for you. Does your company have experience with (provide examples): Interoperability Profile (IOP) (specify the versions) Multi-Robot Operator Control Unit (MOCU) (specify the versions) Man Transportable Robotic System, Increment II (MTRS Inc. II) Common Robotic System � Heavy (CRS-H) Software for Unmanned Ground Systems (UGS) Working with the MTRS Inc. II and CRS-H Original Equipment Manufacturer (OEM) Performing Validation and Verification testing? (Provide examples) Updating the platform Operator Control Unit (OCU) � How does your company propose to perform technical feasibility studies about the integration of payloads without the Government providing the technical data packages of the base robotic systems? (Please include estimated cost and timeframe to complete such studies) How many payloads of each technology would you examine? What type of reporting procedure on these studies do you propose? � What is your knowledge and experience with the actual integration of payloads (arms, batteries, sensors, etc.) onto: A CRS-H? A MTRS Inc. II? � How does your company propose to perform space claim feasibility studies about integrating multiple payloads on the CRS-H and/or the MTRS without the Government providing you with the robots or the technical data packages of said platforms? (Please include estimated cost and time frame to complete such studies) � How does your company propose to (Please include estimated cost and timeframe): Perform physical updates to the systems without the Government providing the technical data packages for the base robotic platforms or Computer- Aided Design (CAD) models? Does your company have experience performing this task? Perform electrical updates to the systems without the Government providing the technical data packages for the base robotic platforms or electrical schematics? Does your company have experience performing this task? Perform software changes to the Mobility Base Unit (MBU) without the Government providing the source code or documentation? Does your company have experience performing this task? Perform software changes to the OCU? (MTRS Inc. II uses a version of MOCU 3.2, and CRS-H uses a version of MOCU 4.0.) Does your company have experience performing this task? For each of these scenarios, if your company did require additional data, what data would you request? � Where does your company see any issues with our plan of integrating various capabilities/payloads onto the MTRS Inc. II and/or the CRS-H? If you need further communications with the Army concerning this questionnaire, you may contact Assistant Program Manager Mary Matthews at Mary.C.Matthews.civ@mail.mil or Lead Systems Engineer Brian Graham at Brian.L.Graham.civ@mail.mil. Responses to this market investigation questionnaire should be sent to the Contract Specialist, via email or, for submissions including files exceeding email limits, DoD SAFE at URL: https://safe.apps.mil/. You are requested to put �Enhanced Robotic Capabilities Market Survey� in the email subject or the Description in the DoD SAFE website.� Any requests for clarifications of this Survey shall be addressed to Contract Specialist Eric Ball, email: eric.m.ball10.civ@mail.mil. Do NOT submit classified information in response to any questions in this questionnaire. We thank you in advance for your time and participation in this Sources Sought Questionnaire.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/90ad1ebe089e4cc8a510210c3de1562e/view)
 
Record
SN05707011-F 20200701/200629230200 (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.