Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SPECIAL NOTICE

A -- GVSC Technical and Engineering Services

Notice Date
10/13/2021 10:53:19 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC WRN
 
ZIP Code
00000
 
Solicitation Number
W56HZV_GVSC_TES
 
Response Due
7/15/2021 12:00:00 PM
 
Archive Date
04/26/2022
 
Point of Contact
David J. DiRoma, Phone: 5862824975, Thomas Zavela
 
E-Mail Address
david.j.diroma.civ@mail.mil, thomas.c.zavela.civ@mail.mil
(david.j.diroma.civ@mail.mil, thomas.c.zavela.civ@mail.mil)
 
Description
10/13/2021 Special Notice A new mailbox has been established to facilitate communication with industry as we continue to prepare for this procurement. Please address any comments, questions, etc. about this acquisition that are not directly in response to a posted RFI to this mailbox.� usarmy.detroit.acc.mbx.technical-engineering-services-correspond@mail.mil ________________________________________________________________________________________________________ 7/1/2021 Special Notice � Request for Information (RFI) #3 PROGRAM:� Technical and Engineering Services (TES) SUBJECT: Market research for Technical and Engineering Services (TES) supporting Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC) DESCRIPTION AND BACKGROUND: The United States Army Contracting Command � Detroit Arsenal (ACC-DTA), is contemplating the conduct of a best value competitive source selection resulting in the award of� a single five-year Cost-Plus-Fixed-Fee (CPFF) indefinite delivery, indefinite quantity (IDIQ) contract. This requirement is in support of the DEVCOM GVSC for Technical and Engineering Services (TES) supporting Fiscal Years (FY) 2023 through 2028. TES will support a variety of programs and will provide the required expertise, electrical, mechanical, software, and systems engineering support and services in the following areas: i.����������� Electrical and mechanical engineering support ii.���������� System Integration iii.��������� Technology Assessment iv.�������� Software Engineering Support v.��������� Software Testing Support vi.�������� Vehicle Model Development vii.������� Crew Station Design, Development, Integration and Operation Support viii.������ Network Integration support for enhancements to Command, Control, Communications, Computers, Cyber Intelligence, Surveillance, and Reconnaissance (C5ISR) systems ix.�������� Program Management Support x.��������� Systems Integration Lab (SIL) Support xi.�������� Integration of Global Information Grid (GIG) and Net Ready Key Performance Parameters (NR-KPP) into MRAP C5 Systems xii.������� Training and maintenance of pre-fielding and fielding systems, including development of training material and technical manuals and conducting training for Soldier on the new upgraded systems xiii.������ Support of critical Soldier machine interface technologies, hardware and software integration and prototype functions and configuration, and control of technology insertion programs for key systems xiv.������ Ground Vehicle Robotics development and support xv.������� Autonomous Vehicle development and support xvi.������ Electrical Power Systems development and support xvii.����� Tactical Leader Follower xviii.���� Next Generation Combat Vehicle Cross Functional Team project support xix.������ Project Origin xx.������� M1 Abrams xxi.������ M88 Armored Recovery Vehicle xxii.����� Stryker xxiii.���� Army Watercraft xxiv.���� Extended Range Cannon Artillery (ERCA) xxv.����� Warfighter Information Network Tactical (WIN-T) and Vehicle Mobile Demonstrator xxvi.���� Enhanced Vehicle Electronics (E-Vetronics) xxvii.��� Bradley M2A2 and M3A3 xxviii.�� Robotic Combat Vehicle (RCV) xxix.��� Optionally Manned Fighting Vehicle (OMFV) xxx.���� Combat Vehicle Robotics (CoVeR) xxxi.��� Autonomous Mobility Thru Intelligent Collaboration (AMIC) xxxii.�� Autonomous Multi-Domain Launcher (AML) xxxiii.� Autonomous Tunnel Exploitation xxxiv.� Unmanned Software Foundry xxxv.�� Armored Multi-Purpose Vehicle (AMPV) xxxvi.� PEO Ground Combat Systems (PEO GCS) xxxvii. PEO Combat Support & Combat Service Support (PEO CS&CSS) The anticipated labor categories that will be solicited are as follows: ���Program Manager ���Project Manager ���Senior System Engineer ���System Engineer ���System Architect ���Software Architect �� Senior Software Engineer ���Software Engineer ���Software Developer ���Software Test Engineer ���Software Process Engineer ���Information Systems Security Engineer ���Cyber Security Engineer ���Software Safety Engineer ���Electrical Engineer ���Mechanical Engineer ���Engineer ���Junior Engineer ���Vehicle Electronics Systems Engineer ���Network Integration/C5ISR Engineer ���High Voltage Power Electronics Engineer ���Master Scheduler ���Specialist ���Senior Technician ���Technician ���Field Service Representative ���Subject Matter Expert ���Analyst ���Intern TENTATIVE TIMELINE:� ACC-DTA anticipates that a Request for Proposal (RFP) may be issued 2QFY22, with an anticipated contract award date of 4QFY22. ACC-DTA also anticipates several industry engagements prior to the formal release of the RFP including a potential industry day, and a comment period on the draft Statement of Work and draft RFP.� The timeframes referenced above are estimates only.� ESTIMATED CONTRACT VALUE: The estimated maximum contract hours are 1,560,832 per ordering period for an estimated total of 10,925,824 for all seven ordering periods. INFORMATION SOUGHT:� Interested offerors are invited to submit a white paper capability statement in response to this notice.� Vehicle High Bay requirements have been updated based on feedback received from previous RFI�s and revised Government requirements.� As part of your white paper capability statement, the Government requests feedback on the following questions related to the requirements of the anticipated contract, which are described below.� The feedback should include: Whether the offeror has comments or questions on the embedded Section H.12 regarding the proposed High Bay Facility requirements.� If so, please indicate in your response.� Whether the offeror (or partnering with another entity) can provide the facility at the time of award located within 30 miles of the Detroit Arsenal. If not, please list the requirements which are listed below that are difficult to achieve, and why?� What is the estimate time-frame to meet all the requirements that cannot be met at time of contract award? H.12 VEHICLE BAY FACILITY H.12.1 The contractor shall have a vehicle bay facility within 30 miles or less from 6501 E. 11 Mile Road, Warren, MI 48397-5000 which are capable of: (a) Integrating mechanical and electrical components (C.4.7) (b) Supporting vehicle installation activities (C.4.17) H.12.2 The vehicle bay facilities shall meet the following requirements: (a) Be capable of storing and working on combat and tactical vehicles that weigh approximately 60,000 pounds. (b) Be long enough to accommodate a Palletized Load System (PLS) sized vehicle at approximately 40 feet.� (c) Shall also be adjacent to Software Integration Laboratory (SIL) bench space. (d) Shall have a garage door(s) that is at least 14 foot wide by 14 feet tall. (e) Shall have ten high bays, each bay is 1,000 square feet for a total of 10,000 square feet, with a minimum ceiling height of 20 feet tall and includes conference space and seating. (f) Shall have an overhead mounted crane capable of lifting a minimum of (4) tons.� (g) Crane shall have a lifting height of at least 20 feet above floor level. (h) Have a vehicle exhaust removal system capable of evacuating all of the exhaust occurring from a vehicle ejecting 700 Cubic Feet per Minute. The exhaust system shall include a flexible hose at least 5.5 inches in diameter which can reach vehicle positions on the ground up to 14 foot elevation from the middle to rear of the vehicle bay, with suction ends able to withstand 600 degrees Fahrenheit exhaust temperatures without deformation. (i) Be capable of providing at least 300 amps of 28 Volts Direct Current (VDC) power to the NATO Slave connector on the vehicle and be capable of providing 208 volt 3 phase power up to 50 (Kilovolt Ampere) KVA per bay. (j) Have workstations for at least fifty Government engineers that are a minimum of 6-foot by 7-foot and have internet connection. (k) Have two conference rooms that accommodate a minimum of 14 people each with video conferencing (a camera and MS Teams) capability. (l) Be capable of handling and storing military Communications Security (COMSEC) equipment including radios IAW AR 380-40, Chapter 8, Controlled Cryptographic Item (CCI) handling, shipping, storage, and use chapter. (m) Be capable of handling and safeguarding information and equipment IAW the DD Form 254, Attachment 0008. (n) Supporting at least three vehicles at any time for full operation. GENERAL INFORMATION:� This Special Notice is for informational purposes only and is not a request for competitive proposals. Contractors should submit White Paper Capability Statements in response to this notice. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this notice or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. All interested sources must respond to any future solicitation announcements separately from responses to this request for the submission of White Papers. Any information submitted by respondents to this RFI is strictly voluntary.� Respondents will not be notified regarding information obtained related to this RFI.� Responses will not be returned nor will detailed feedback be provided by the Government.� The Government does not intend to answer questions related to this RFI. If and when a solicitation is issued, the Government will post on Sam.gov.� It is the respondent�s responsibility to monitor these sites for the releases of any additional market surveys, synopses, or solicitations. It is not necessary to respond to this market survey in order to be eligible for future contract awards, nor will responses result in preferential consideration for future award.� Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation (18 U.S.C. �1905) to protect confidential information provided to the Government. Proprietary information will be handled in accordance with the paragraph entitled PROPRIETARY INFORMATION below. RESPONSE INSTRUCTIONS:� The RFI response shall not exceed 10 pages, with font size no smaller than 12 point.� Submittal should be in text .pdf format. Electronic responses shall be submitted to David DiRoma and Thomas Zavela using the email addresses listed for the primary and alternate POCs at the end of this notice.� If a more secure submittal form is necessary, contact David DiRoma for a DoD SAFE drop link. Please include the following administrative information: Company Name: Mailing Address: Company Website: Location of Facilities: Point of Contact: Phone Number: Fax Number: Email: Responses are due no later than close of business 15 July 2021. PROPRIETARY INFORMATION: The U.S. Government appreciates the time and effort taken to respond to this survey. The U.S. Government acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as PROPRIETARY under this statute. Pursuant to this statute, the U.S. Government is willing to accept any trade secret or confidential restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following: Clearly and conspicuously mark qualifying data as trade secret or confidential with the restrictive legend (all caps) PROPRIETARY with any explanatory text, so that the U.S. Government is clearly notified of what data needs to be appropriately protected. In marking such data, please take care to mark only those portions of the data or materials that are truly trade secret or confidential (over breadth in marking inappropriate data as PROPRIETARY may diminish or eliminate the usefulness of your response. Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. The U.S. Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the U.S. Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the U.S. Government will not be protected once in the public domain. Data already in the possession of the U.S. Government will be protected in accordance with the U.S. Governments rights in the data. Confidential data transmitted electronically, whether by physical media or not, whether by the respondent or by the U.S. Government, shall contain any restrictive legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate for portions only of an electronic file, use the restrictive legends PROPRIETARY DATA BEGINS: and PROPRIETARY DATA ENDS. 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. ________________________________________________________________________________________________________ 6/10/2021 Special Notice � Request for Information (RFI) #2 PROGRAM:� Technical and Engineering Services (TES) SUBJECT: Market research for Technical and Engineering Services (TES) supporting Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC) DESCRIPTION AND BACKGROUND: The United States Army Contracting Command � Detroit Arsenal (ACC-DTA), is contemplating the conduct of a best value competitive source selection resulting in the award of �a single five-year Cost-Plus-Fixed-Fee (CPFF) indefinite delivery, indefinite quantity (IDIQ) contract. This requirement is in support of the DEVCOM GVSC for Technical and Engineering Services (TES) supporting Fiscal Years (FY) 2023 through 2028. TES will support a variety of programs and will provide the required expertise, electrical, mechanical, software, and systems engineering support and services in the following areas: i.����������� Electrical and mechanical engineering support ii.���������� System Integration iii.��������� Technology Assessment iv.�������� Software Engineering Support v.��������� Software Testing Support vi.�������� Vehicle Model Development vii.������� Crew Station Design, Development, Integration and Operation Support viii.������ Network Integration support for enhancements to Command, Control, Communications, Computers, Cyber Intelligence, Surveillance, and Reconnaissance (C5ISR) systems ix.�������� Program Management Support x.��������� Systems Integration Lab (SIL) Support xi.�������� Integration of Global Information Grid (GIG) and Net Ready Key Performance Parameters (NR-KPP) into MRAP C5 Systems xii.������� Training and maintenance of pre-fielding and fielding systems, including development of training material and technical manuals and conducting training for Soldier on the new upgraded systems xiii.������ Support of critical Soldier machine interface technologies, hardware and software integration and prototype functions and configuration, and control of technology insertion programs for key systems xiv.������ Ground Vehicle Robotics development and support xv.������� Autonomous Vehicle development and support xvi.������ Electrical Power Systems development and support xvii.����� Tactical Leader Follower xviii.���� Next Generation Combat Vehicle Cross Functional Team project support xix.������ Project Origin xx.������� M1 Abrams xxi.������ M88 Armored Recovery Vehicle xxii.����� Stryker xxiii.���� Army Watercraft xxiv.���� Extended Range Cannon Artillery (ERCA) xxv.����� Warfighter Information Network Tactical (WIN-T) and Vehicle Mobile Demonstrator xxvi.���� Enhanced Vehicle Electronics (E-Vetronics) xxvii.��� Bradley M2A2 and M3A3 xxviii.�� Robotic Combat Vehicle (RCV) xxix.� � Optionally Manned Fighting Vehicle (OMFV) xxx.� � �Combat Vehicle Robotics (CoVeR) xxxi.� � Autonomous Mobility Thru Intelligent Collaboration (AMIC) xxxii.� �Autonomous Multi-Domain Launcher (AML) xxxiii.� Autonomous Tunnel Exploitation xxxiv.� Unmanned Software Foundry xxxv.� �Armored Multi-Purpose Vehicle (AMPV) xxxvi.� PEO Ground Combat Systems (PEO GCS) xxxvii. PEO Combat Support & Combat Service Support (PEO CS&CSS) The anticipated labor categories that will be solicited are as follows: Program Manager Project Manager Senior System Engineer System Engineer System Architect Software Architect Senior Software Engineer Software Engineer Software Developer Software Test Engineer Software Process Engineer Information Systems Security Engineer Cyber Security Engineer Software Safety Engineer Electrical Engineer Mechanical Engineer Engineer Junior Engineer Vehicle Electronics Systems Engineer Network Integration/C5ISR Engineer High Voltage Power Electronics Engineer Master Scheduler Specialist Senior Technician Technician Field Service Representative Subject Matter Expert Analyst Intern TENTATIVE TIMELINE:� ACC-DTA anticipates that a Request for Proposal (RFP) may be issued 2QFY22, with an anticipated contract award date of 4QFY22. ACC-DTA also anticipates several industry engagements prior to the formal release of the RFP including a potential industry day, and a comment period on the draft Statement of Work and draft RFP. �The timeframes referenced above are estimates only.� INFORMATION SOUGHT:� Interested offerors are invited to submit a white paper capability statement in response to this notice.� As part of your white paper capability statement, the Government requests feedback on the following questions related to the requirements of the anticipated contract, which are described below.� The feedback should include: Whether the offeror has experience in transition from an incumbent Government contractor to your company as a result of a Government contract award?� How long in months do you anticipate for a transition period if your company is awarded a TES contract with GVSC? Whether the offeror can provide the Government resources (manpower and labor hours) it requires for a TES contract with up to 25% annual growth in labor requirements projected to surge in each ordering year and has a realistic plan to meet those needs. Whether the offeror has comments or questions on the attached Draft TES SOW.� If so, use the attached Comment Resolution Matrix (CRM) to provide those comments or questions. Whether the offeror has a valid Facility Clearance License (FCL) issued by the Defense Counterintelligence and Security Agency (DCSA) related to any DoD facility?� If yes, is the offeror aware if they have an approved DoD FCL anywhere it�s valid across all DoD (it�s transferrable)? Whether the offeror can provide the facility at the time of award located within 30 miles of the Detroit Arsenal. If not, please list the requirements which are listed below that are difficult to achieve, and why?� What is the estimate time-frame to meet all the requirements that cannot be met at time of contract award? Whether the offeror can partner with another entity to provide the facility at the time of award located within 30 miles of the Detroit Arsenal. If yes, please list the requirements which are listed below that are difficult to achieve, and why?� What is the estimate time-frame to meet all the requirements that cannot be met at time of contract award? Requirements for a Vehicle Bay facility within 30 miles of the Detroit Arsenal, Warren, MI: (a) Be capable of storing and working on a Double V Hull Stryker vehicle and Paladin Chassis with In-Vehicle Network (IVN) that weighs approximately 60,000 pounds. (b) Shall have a garage door that is at least 14 foot wide by 12 feet tall. (c) Shall have a high bay space of at least 5,000 square feet with a minimum ceiling height of 30 feet tall. (d) Shall have an overhead mounted double-girder crane capable of lifting a minimum of (4) tons.� (e) Crane shall have a lifting height of at least 20 feet. (f) Have a vehicle exhaust removal system capable of evacuating all of the exhaust occurring from a vehicle ejecting 700 Cubic Feet per Minute. The exhaust system shall include a flexible hose at least 5.5 inches in diameter which can reach vehicle positions on the ground up to 14 foot elevation from the middle to rear of the vehicle bay, with suction ends able to withstand 600 degrees Fahrenheit exhaust temperatures without deformation. (g) Be capable of providing at least 300 amps of 28 Volts Direct Current (VDC) power to the NATO Slave connector on the vehicle. (h) Be capable of handling and storing military Communications Security (COMSEC) equipment up to Secret classification including radios IAW AR 380-40, Chapter 8, Controlled Cryptographic Item (CCI) handling, shipping, storage, and use chapter. GENERAL INFORMATION:� This Special Notice is for informational purposes only and is not a request for competitive proposals. Contractors should submit White Paper Capability Statements in response to this notice. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this notice or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. All interested sources must respond to any future solicitation announcements separately from responses to this request for the submission of White Papers. Any information submitted by respondents to this RFI is strictly voluntary.� Respondents will not be notified regarding information obtained related to this RFI.� Responses will not be returned nor will detailed feedback be provided by the Government. �The Government does not intend to answer questions related to this RFI. If and when a solicitation is issued, the Government will post on Sam.gov.� It is the respondent�s responsibility to monitor these sites for the releases of any additional market surveys, synopses, or solicitations. It is not necessary to respond to this market survey in order to be eligible for future contract awards, nor will responses result in preferential consideration for future award.� Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation (18 U.S.C. �1905) to protect confidential information provided to the Government. Proprietary information will be handled in accordance with the paragraph entitled PROPRIETARY INFORMATION below. RESPONSE INSTRUCTIONS:� The RFI response shall not exceed 10 pages, with font size no smaller than 12 point.� Submittal should be in text .pdf format. Electronic responses shall be submitted to David DiRoma and Thomas Zavela using the email addresses listed for the primary and alternate POCs at the end of this notice.�If a more secure submittal form is necessary, contact David DiRoma for a DoD SAFE drop link. Please include the following administrative information: Company Name: Mailing Address: Company Website: Location of Facilities: Point of Contact: Phone Number: Fax Number: Email: Responses are due no later than close of business 24 June 2021. PROPRIETARY INFORMATION: The U.S. Government appreciates the time and effort taken to respond to this survey. The U.S. Government acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as PROPRIETARY under this statute. Pursuant to this statute, the U.S. Government is willing to accept any trade secret or confidential restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following: Clearly and conspicuously mark qualifying data as trade secret or confidential with the restrictive legend (all caps) PROPRIETARY with any explanatory text, so that the U.S. Government is clearly notified of what data needs to be appropriately protected. In marking such data, please take care to mark only those portions of the data or materials that are truly trade secret or confidential (over breadth in marking inappropriate data as PROPRIETARY may diminish or eliminate the usefulness of your response. Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. The U.S. Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the U.S. Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the U.S. Government will not be protected once in the public domain. Data already in the possession of the U.S. Government will be protected in accordance with the U.S. Governments rights in the data. Confidential data transmitted electronically, whether by physical media or not, whether by the respondent or by the U.S. Government, shall contain any restrictive legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate for portions only of an electronic file, use the restrictive legends PROPRIETARY DATA BEGINS: and PROPRIETARY DATA ENDS. 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. ________________________________________________________________________________________________________ 4/12/2021 Special Notice � Request for Information (RFI) PROGRAM:� Technical and Engineering Services (TES) SUBJECT: Market research for Technical and Engineering Services (TES) supporting Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC) DESCRIPTION AND BACKGROUND: The United States Army Contracting Command � Detroit Arsenal (ACC-DTA), is contemplating the conduct of a best value competitive source selection resulting in the award of �a single five-year Cost-Plus-Fixed-Fee (CPFF) indefinite delivery, indefinite quantity (IDIQ) contract. This requirement is in support of the DEVCOM GVSC for Technical and Engineering Services (TES) supporting Fiscal Years (FY) 2023 through 2028. TES will support a variety of programs and will provide the required expertise, electrical, mechanical, software, and systems engineering support and services in the following areas: i.����������� Electrical and mechanical engineering support ii.���������� System Integration iii.��������� Technology Assessment iv.�������� Software Engineering Support v.��������� Software Testing Support vi.�������� Vehicle Model Development vii.������� Crew Station Design, Development, Integration and Operation Support viii.������ Network Integration support for enhancements to Command, Control, Communications, Computers, Cyber Intelligence, Surveillance, and Reconnaissance (C5ISR) systems ix.�������� Program Management Support x.��������� Systems Integration Lab (SIL) Support xi.�������� Integration of Global Information Grid (GIG) and Net Ready Key Performance Parameters (NR-KPP) into MRAP C5 Systems xii.������� Training and maintenance of pre-fielding and fielding systems, including development of training material and technical manuals and conducting training for Soldier on the new upgraded systems xiii.������ Support of critical Soldier machine interface technologies, hardware and software integration and prototype functions and configuration, and control of technology insertion programs for key systems xiv.������ Ground Vehicle Robotics development and support xv.������� Autonomous Vehicle development and support xvi.������ Electrical Power Systems development and support xvii.����� Tactical Leader Follower xviii.���� Next Generation Combat Vehicle Cross Functional Team project support xix.������ Project Origin xx.������� M1 Abrams xxi.������ M88 Armored Recovery Vehicle xxii.����� Stryker xxiii.���� Army Watercraft xxiv.���� Extended Range Cannon Artillery (ERCA) xxv.����� Warfighter Information Network Tactical (WIN-T) and Vehicle Mobile Demonstrator xxvi.���� Enhanced Vehicle Electronics (E-Vetronics) xxvii.��� Bradley M2A2 and M3A3 xxviii.�� Robotic Combat Vehicle (RCV) xxix.��� Optionally Manned Fighting Vehicle (OMFV) xxx.���� Combat Vehicle Robotics (CoVeR) xxxi.��� Autonomous Mobility Thru Intelligent Collaboration (AMIC) xxxii.�� Autonomous Multi-Domain Launcher (AML) xxxiii.� Autonomous Tunnel Exploitation xxxiv.� Unmanned Software Foundry xxxv.�� Armored Multi-Purpose Vehicle (AMPV) xxxvi.� PEO Ground Combat Systems (PEO GCS) xxxvii. PEO Combat Support & Combat Service Support (PEO CS&CSS) The anticipated labor categories that will be solicited are as follows: Program Manager Project Manager Senior System Engineer System Engineer System Architect Software Architect Senior Software Engineer Software Engineer Software Developer Software Test Engineer Software Process Engineer Information Systems Security Engineer Cyber Security Engineer Software Safety Engineer Electrical Engineer Mechanical Engineer Engineer Junior Engineer Vehicle Electronics Systems Engineer Network Integration/C5ISR Engineer High Voltage Power Electronics Engineer Master Scheduler Specialist Senior Technician Technician Field Service Representative Subject Matter Expert Analyst Intern TENTATIVE TIMELINE:� ACC-DTA anticipates that a Request for Proposal (RFP) may be issued 2QFY22, with an anticipated contract award date of 4QFY22. ACC-DTA also anticipates several industry engagements prior to the formal release of the RFP including a potential industry day, and a comment period on the draft Statement of Work and draft RFP. �The timeframes referenced above are estimates only.� INFORMATION SOUGHT:� Interested offerors are invited to submit a white paper capability statement in response to this notice. As part of your white paper capability statement, the Government requests feedback on the potential Vehicle Bay facility requirements of the anticipated contract, which is described below.� The feedback should include: Whether the offeror can provide the facility at the time of proposal submission. If not, list the roadblocks or obstacles for the requirements listed below that are particularly difficult to achieve, and why?� Which requirements are feasible in the offeror�s opinion at time of proposal submission?� What is the estimate time-frame to meet all the requirements that cannot be met at time of proposal submission? � Whether the offeror can provide the facility at the time of award. If not, list the roadblocks or obstacles for the requirements listed below that are particularly difficult to achieve, and why? Which requirements are feasible in the offeror�s opinion at time of award?� What is the estimate time-frame to meet all the requirements that cannot be met at time of award?� � Requirements for a Vehicle Bay facility within 30 miles of the Detroit Arsenal, Warren, MI: (a) Be capable of storing and working on a Double V Hull Stryker vehicle and Paladin Chassis with In-Vehicle Network (IVN) that weighs approximately 60,000 pounds. (b) Shall have a garage door that is at least 14 foot wide by 12 feet tall. (c) Shall have a high bay space of at least 5,000 square feet with a minimum ceiling height of 30 feet tall. (d) Shall have an overhead mounted double-girder crane capable of lifting a minimum of (4) tons.� (e) Crane shall have a lifting height of at least 20 feet. (f) Have a vehicl...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d9cf63276f154e26a031a5eac8ee8f5b/view)
 
Place of Performance
Address: Warren, MI 48092, USA
Zip Code: 48092
Country: USA
 
Record
SN06156471-F 20211015/211013230109 (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.