Skip to main content

An official website of the United States government

You have 2 new alerts

DRIVER VISION ENHANCER (DVEs) for JOINT LIGHT TACTICAL VEHICLES (JLTV)

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Apr 12, 2023 10:59 am EDT
  • Original Response Date: Apr 26, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6650 - OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:

Description

SOURCES SOUGHT FOR
DVEs for JLTVs
FOR FOREIGN MILITARY SALES (FMS)

Description

DRIVER VISION ENHANCER (DVEs) for JOINT LIGHT TACTICAL VEHICLES (JLTV)

INTRODUCTION

The U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG) on behalf of the Communications-Electronics Command Security Assistance Management directorate (CECOM SAMD) is issuing this Sources Sought notice as a means of conducting market research to identify potential sources having an interest in, industry technologies available and capability to fulfill FMS requirements.

The result of this sources sought/market survey will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market survey, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. The U.S. Government requests that interested parties submit a brief description of your company, your company’s solution, and your ability to meet potential system requirements.

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT/MARKET RESEARCH IS STRICTLY VOLUNTARY.


PROGRAM BACKGROUND

CECOM SAMD administers and manages FMS cases including requirements for Partner Nation (PN). CECOM SAMD’s goal is to satisfy customer country requirements for DVEs for JLTVs.

REQUIRED CAPABILITIES

The purpose of this market research/sources sought is to identify interested sources that are certified and able to provide requirements to Slovenia.
The equipment shall be delivered via DTC 9.

3.1.1. AN/VAS-5B(V)2.  The contractor shall deliver forty-seven (47) AN/VAS-5B(V)2 Platform Mounted Systems to include DVE Sensor Module, Display Control Module, Bracket Assembly, and Electronics Component Assembly.

Request responses MUST include Rough Order of Magnitude (ROM) price and availability (P&A) information for the equipment described.  If the customer has not yet identified system quantity requirements, request the P&A estimate provide single unit costs and costs for multiple units if the estimate includes quantity discounts. 

SPECIAL REQUIREMENTS

Any resulting contract is anticipated to have a security classification level of Unclassified. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.
 

ELIGIBILITY

NAICS code

333314 - Optical Instrument and Lens Manufacturing

Product Service Code (PSC)

6650 - Optical Instruments, Test Equipment, Components and Accessories

SUBMISSION DETAILS

Interested sources should furnish the following information, in the format provided below: (1) Name and address of company, with Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number. Any interested company must be registered with Central Contractor Registration (CCR). (2) Point of Contact Name, Department, phone number, and email address. (3) Identify past and current services your company offers that exactly match the capabilities specified above. (4) Address your company's capability to act as a single provider for the hardware and services defined herein. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. No phone or email solicitations with regards to the status of any resulting request for proposal (RFP) will be accepted prior to its release.

Your response to this Sources Sought, including any capabilities statement(s), shall be electronically submitted to Contract Specialist, Rem D. Ngo, in either Microsoft Word or Portable Document Format (PDF), via email Rem.d.ngo.civ@army.mil no later than 4:00p.m. Eastern Daylight Time (EDT) on 26 April 2023. Reference this sources sought/synopsis number in the e-mail subject line and on all enclosed documents. Responses shall include documented capability to deliver required systems and services. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

Attachments/Links

Statement of Work is attached. See attachment section. 

Contact Information

Contracting Office Address

    • ABERDEEN PROVING GROUND , MD 21005-5001                                                                                                                           

Primary Point of Contact                                                                                                                 

  • Rem D. Ngo
  • Email: Rem.d.ngo.civ@army.mil

Secondary Point of Contact                                                                                                                                       

  • Victoria M. Dorsey
  • Email: victoria.m.dorsey.civ@army.mil

Contact Information

Contracting Office Address

  • 6515 INTEGRITY COURT
  • ABERDEEN PROVING GROU , MD 21005-5001
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • May 11, 2023 11:59 pm EDTSources Sought (Original)