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:
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:
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) Have workstations for at least eight Government engineers that are a minimum of 6-foot by 7-foot.
(i) Have workstations for at least eight contractor engineers.
(j) Have a conference room that accommodates a minimum of 14 people.
(k) 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.
(l) Be capable of handling and safeguarding information
(m) Facility Clearance: This contract requires a valid Facility Clearance License issued by the Defense Security Service (DSS). Prospective contractors will not be sponsored to obtain a Facility Clearance License.
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 beta.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 20 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 26 April 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.