Florida Bids > Bid Detail

RFI TReX II-RFI-23-E: Known Distance Automated Scoring (KDAS)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159074662718694
Posted Date: Jun 29, 2023
Due Date: Jul 18, 2023
Source: https://sam.gov/opp/8a709e14df...
Follow
RFI TReX II-RFI-23-E: Known Distance Automated Scoring (KDAS)
Active
Contract Opportunity
Notice ID
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-ORL
Office
W6QK ACC-ORLANDO
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 29, 2023 08:10 am EDT
  • Original Response Date: Jul 18, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 02, 2023
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code: 6910 - TRAINING AIDS
  • NAICS Code:
  • Place of Performance:
    Orlando , FL 32826
    USA
Description

This Special Notice is to advise interested members of the Training and Readiness Accelerator II (TReX II), as well as other interested members within the U.S. technology base, that a Request for Information (RFI) has been issued by Advanced Technology International (ATI) for the United States Marine Corps.



1.0 Purpose



This Request for Information (RFI) is not a solicitation for proposals, solutions, white papers, quotations, or obligation on the part of the Government to acquire any products or services but for planning purposes only. The purpose of this RFI is to obtain information, engage in market research, ascertain technical viability, and explore industry capabilities to inform the future requirements and acquisition strategies in several areas related to the Known Distance Automated Scoring (KDAS) system, which is described below. Your response to this RFI will be treated as information only. All costs incurred responding to this RFI will be solely at the Respondent’s expense. No entitlement to payment of direct or indirect costs or charges by the Government or ATI will arise because of industry submission to this announcement or the Government’s use of any information submitted by the Respondents. The information provided by industry will support the Government in requirement prioritization, acquisition strategy, statement of work/statement of objectives, and performance specifications. Interested parties are responsible for adequately marking proprietary or competition-sensitive information contained in their response. RESPONDENTS MUST NOT INCLUDE CLASSIFIED INFORMATION IN THEIR RESPONSE TO THIS RFI.






    1. Introduction





Marine Corps Systems Command, Program Manager Training Systems is conducting market research to identify potential sources and industry capabilities to demonstrate, integrate, test, and produce a system that will detect, locate, and score shots fired on a known distance rifle range target.






    1. Background





Legacy Marine Corps known distance rifle ranges (KDRR) require manual scoring and verification of shots which is manpower and time intensive, and prone to human error. KDAS systems on designated KDRR will allow Marines to accomplish their annual rifle qualification in a more efficient manner by eliminating the need for Marines to manually operate, score, and repair targets for stationary stages of fire. These capabilities modernize KDRR by expediting annual rifle marksmanship qualifications through reduced time spent performing manual target scoring and replacement actions, more rapid and accurate feedback to the shooters on the firing line, and reduced need for alibis and additional shooting due to human error.





2.0 Capability Requirements



The general KDAS system requirements will include the characteristics identified below:




  • Automated scoring for known distance ranges and targets at distances of 15, 25, 100, 200, 300, and 500 yards

  • Accurate scoring with an error limit of less than or equal to 12mm

  • A graphical touchscreen display providing immediate visual feedback to the shooter

  • Shot impact location and scoring data to populate After Action Reports

  • Cross-lane target discrimination

  • Operation in a variety of environmental conditions (e.g., clear weather, extreme cold, extreme heat, snow, rain)



3.0 Questions:




  1. Describe your experience with scoring systems used on rifle ranges.



      1. If your experience relates to a US Government contract, please cite the contract number, and provide US Government point of contact (POC) information.





  2. Describe your experience with DoD software and integration of software into your systems. Are any DOD agencies currently using your system/capabilities?



      1. If your experience relates to a US Government contract, please cite the contract number, and provide US Government point of contact (POC) information.





  3. Describe your system physical components, software(s) used and system performance characteristics, (e.g., operating distance, accuracy, shooter identification).

  4. Explain how your system meets the requirements of section 2.0

  5. Describe modifications needed (if any) to be developed for your system to meet the general requirements identified in this RFI and your timeline for development, testing and demonstration.

  6. Provide your entity’s production lead time, measured in calendar days, from potential agreement award (2nd QTR FY24) to the first delivery of an operational system (50-lane target configuration).

  7. List all parties you intend to partner with to provide this capability and identify whether they are nontraditional defense contractors as that term is defined in 10 U.S.C. §2302.



      1. The term “nontraditional defense contractor”, with respect to a procurement or with respect to a transaction authorized under section 2371(a) or 2371b of this title [§ 2371. Renumbered § 4021], means an entity that is not currently performing and has not performed, for at least the one-year period preceding the solicitation of sources by the Department of Defense for the procurement or transaction, any contract or subcontract for the Department of Defense that is subject to full coverage under the cost accounting standards prescribed pursuant to section 1502 of title 41 and the regulations implementing such section.





  8. Describe your approach to technical data rights associated with the use and sale of your KDAS system to other U.S. Government agencies and foreign governments. Did the US Government develop any aspect of your KDAS subsystem? If so, please identify the US Government agency and the contract that was used to develop the component, item or process used in your KDAS system. What restrictions did you impose on the release of documentation to third parties or on the ability of third parties to maintain or repair the systems that were developed exclusively at private expense? Were any third-party license restrictions applicable? If available, please provide a copy of any relevant contract terms. Do you foresee any change in your approach for the Marine Corps?



      1. The Marine Corps will be incorporating the DoD Federal Acquisition Regulation Supplement (DFARS) Part 227 clauses in any Other Transaction (OT) agreement executed pursuant to 10 U.S.C. §4022 that is awarded to preserve the US Government’s rights in any technical data or noncommercial computer software that is developed with mixed funding as that term is defined in the DFARS Part 227 clauses. Please state whether your entity is amenable to being contractually bound by the DFARS Part 227 clauses in any OT agreement that may be awarded by the Government.





  9. Identify methods and frequencies used for all wireless communications in your system. In your response, indicate if your intent is to operate in federally licensed spectrum, or unlicensed spectrum (i.e., FCC part 15) and provide all current FCC ID’s and existing J/F 12 numbers as applicable.



4.0 Locations



This capability is expected to be fielded at the following locations:



Marine Corps Base (MCB) Hawaii, MCB Japan, MCB 29 Palms, MCLB Barstow, Camp Pendleton, MCAS Yuma, MCB Quantico, Marine Corps Air Station Cherry Point, Camp Lejeune NC, Naval Weapons Station Yorktown and Marine Corps Recruit Depot Parris Island.



The Government does not intend to make an award based on this RFI or to otherwise pay for the information submitted in response to this RFI. However, the Government intends to leverage the Other Transaction Authority (OTA) under 10 U.S.C. §4022 [Prototype Other Transactions] when appropriate to develop some of the prototype projects that will be funded based on the roadmap and recommended priorities.



This RFI is issued in accordance with 10 U.S.C. § 4021 or § 4022 and is not issued in contemplation of awarding an agreement pursuant to 10 U.S.C. § 2304 or any Federal Acquisition Regulation (FAR) based policy. However, the information provided in this RFI is intended to relay the Government’s intent on using competitive procedures to the maximum extent practicable.



Interested parties are directed to https://www.trexii.org/ to obtain information regarding this Request for Information. Interested parties are required to be members of the Training and Readiness Accelerator II (TReX II) to respond to the RFI. Interested parties who are not members and interested in becoming members should contact TReXII@ati.org. Only members of the TReX II consortium can respond to the RFI.



5.0 Response Requested





The Government requests submissions NLT 18 July 2023 by 5pm ET. Responses must be submitted via BIDS (https://ati.acqcenter.com/TREXII/BIDS.NSF/)



Industry questions are due NLT 6 July 2023 by 12pm ET. Industry is encouraged to submit questions as they have them. The Government reserves the right not to answer certain questions and may indicate as such in the answers submitted. Questions and answers (Q&A) will be posted to the RFI posting NLT 5 days after questions close. Questions must be submitted via email to TReXII-ATI-Deliverables@ATI.org.



The Government recognizes that it is requesting detailed information. However, the Government’s resources to review the responses received are finite. Therefore, please limit responses to the questions posed and the information requested in this RFI to no more than 10 total pages. Responses shall be prepared using Times New Roman, 12-point font style on 8½ x 11-inch white paper. Tables and illustrations may use a reduced font style not less than 8 points. Margins shall be no less than one (1) inch on all sides. All material submitted must be single-spaced, and all pages, not to exceed 10 as provided above, shall be numbered sequentially. Any documents submitted to the Government shall be compatible with Microsoft (MS) Office 2013 format or higher and/or PDF. Any graphics files embedded within the MS documents shall be provided in *.jpg or *.png in order to minimize memory storage requirements for electronic files.







Questions concerning this RFI must be sent to TReXII-ATI-Deliverables@ATI.org



NO LATER THAN 6 July 2023 at 12:00 PM ET





RFI responses must be submitted via BIDS: https://ati.acqcenter.com/TREXII/BIDS.NSF/



NO LATER THAN 18 July 2023 at 5:00 PM ET


Attachments/Links
Contact Information
Contracting Office Address
  • 12211 SCIENCE DR
  • ORLANDO , FL 32826-3224
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 29, 2023 08:10 am EDTSpecial Notice (Original)

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 >