Thank you to our sponsor! Please click the image below to learn more.
Join LinkedIn Group SpecOpsTech.org for free members-only content in your feed.
Get opportunities sent directly to your email for $3/month with SOFTA Prime
The following is from FBO #: H92403-19-SOFWIC
Source Image: DVIDS William Waller. A ppearance of DoD visual information does not imply or constitute endorsement
A. The Program Executive Office Special Operations Forces Warrior (PEO-SW) and Joint Special Operations Command (JSOC) will be holding "Industry Collaboration Days" on 24-25 October 2018. The purpose of this event is to provide industry with an opportunity for a focused engagement with members of PEO-SW and JSOC to share ideas that facilitate the delivery of innovative capabilities to Special Operations Forces (SOF). To alleviate any confusion regarding this event, please read the entire announcement thoroughly and refer to the agendas provided.

B. SOFWIC will be held on Wednesday, October 24th, 2018 at the Tampa Marriott Westshore and the JCTE Solutions Event will be held on Thursday, October 25th, 2018 at Building 501E, MacDill AFB, FL 33621.

C. The Day 1 (SOFWIC) General Session on October 24th will be open to all interested vendors. The General Session will consist of introductory presentations by Special Operations Forces Acquisition, Technology & Logistics (SOF AT&L) leadership, an overview of PEO-SW war fighting commodity areas, and forecasted contracting opportunities for FY19 and beyond. Following the General Session, the remainder of the day will consist of 60 minute, invitation-only sessions for selected vendors to discuss their White Paper and/or Cooperative Research and Development Agreement (CRADA) Proposal submissions addressing the Capability Needs listed in Paragraph 1.E. below. No other vendors will be allowed in these sessions besides the presenting vendor. Program managers, operational users, and representatives from the Director, Science and Technology (S&T) office, Small Business Innovation Research (SBIR) office, Technology Industrial Liaison Office (TILO), and the Tactical Assault Light Operator Suit (TALOS) program will be available throughout the day to discuss collaboration opportunities. Presenters of selected White Papers and/or CRADA proposals will receive their invitation via email.

D. The Day 2 (JCTE Solutions Event) on October 25th will be invitation only sessions with selected JSOC industry partners who have reviewed the unclassified or classified Capability and Technology Interest Items list released in conjunction with the PEO-SW sessions at the Special Operations Forces Industry Conference (SOFIC) in May 2018 and have submitted CRADA Proposals addressing those interest items. The agenda for this day will consist of six, 50 minute, invitation-only sessions. Event discussions between presenters and Government attendees may be up to the SECRET//NOFORN level. Presenters of selected CRADA proposals will receive their invitation via email. NOTE: If you have interest in requesting the 2018 JSOC Technology Interest Items List, send an email to [email protected] begin the process.

(1) Note that JSOC is interested in CRADA proposals only. It is JSOC's desire to inform and influence industry's internal investment decisions in areas that address SOF's most sensitive and urgent interest areas. Many in industry have expertise, capacity, funding, and a desire to better understand and invest in SOF unique interest areas.

(2) Factors that make this unique collaboration opportunity attractive include:

a. Increasing Military Budget Austerity - SOF is a judicious transition partner whose future resourcing is among the most well-preserved of the military Services. It is JSOC's desire to improve collaboration in an era where budget austerity tends to erect barriers to open communication.

b. Intellectual Property (IP) - The commercialization of dual-use (government/ commercial) technology can reduce costs to the government, but Government contracting IP clauses can restrict industry's ability to capitalize on their own IP. Our proposed collaboration model preserves and protects industry's ownership of their intellectual property.

(3) Why does it matter? The technical advantage of US Special Operations is both critical and time sensitive. The time involved in the formal Requirements, Contracting and Acquisition processes can delay the fielding of cutting edge capabilities and negatively affect that technical advantage. Teaming with problem solvers early can mitigate process delay and help SOF maintain our technical advantage.

E. For the Day 1 event (SOFWIC), the most up to date listing of Capability Needs is listed in priority order by commodity area below:

(1) Ground Mobility
a. Drivetrain and Locking Differentials Ground Mobility Vehicle (GMV 1.1) - Technology that will allow for transaxle replacement to increase reliability.
b. Suspension/Shock technology (GMV 1.1/LTATV/GMV 1.0)
(i) Vehicle - Suspension system related upgrades/replacement to increase performance, durability, and reliability.
(ii) Occupant - Vehicle occupant technology that improves the isolation between the input from the terrain and the corresponding input to an occupant.

c. Lifecycle Cost Reduction Light Tactical All Terrain Vehicle (LTATV), Non-Standard Commercial Vehicle (NSCV), Ground Mobility Vehicle (GMV 1.0 and GMV 1.1) - Novel approaches to reduce the lifecycle costs (namely production and sustainment) associated with braking, suspension, and other vehicular systems. Current C4ISR components (antennas, mounts, cables, etc.) are expensive and long lead in nature. The Government is targeting reduced costs, improved lead times, and equivalent capability to our current SOF suite of C4ISR (LoS, SATCOM, ECMS).

d. 360 Degree Situational Awareness MRAP-All Terrain Vehicle (M-ATV) - Armored vehicles provide protection, but at the expense of situational awareness around the vehicle. Seeking an affordable, durable, and efficient solution to enable all occupants in the vehicle to have visibility around the vehicle.

e. Payload Enhancement (GMV 1.1/LTATV) - solutions that enable the vehicle to carry more payload without significantly degrading performance.

f. Tow Bars (GMV 1.1, GMV 1.0, M-ATV) - Low Cost, lightweight, rapidly attached/utilized, rugged, durable tow bars for use on the medium and heavy family of vehicles (10k-40k lbs).

g. Battery Technology (NSCV, GMV 1.1) - Mature 12 Volt battery technology for cold temp start and/or reduced size without degrading Cold Cranking Amperage or AMP hours. Mature battery technologies that can withstand cold start scenarios down to -50 F and also extend the timeline for silent watch. Reducing size, but not performance, is ideal as well. Certified for flight is required.

h. Purpose Built NSCVs (Modular Purpose Built Chassis or common purpose built drivetrain for SUVs and Trucks) - Cost effective solutions for reduced logistics or to allow vehicles that are commercial in appearance to be reset at the end of the lifecycle instead of disposed of and re-procured. This would also allow different bodies to be interchanged on a common chassis to reduce logistical costs. The concept of Purpose Built is governed by the fact that vehicles are not modified commercial vehicles, but rather purpose built vehicles with little to no reliance on commercial vehicles. Vehicles are anticipated to be designed to mimic late model vehicles typically found in central Asia (e.g., Toyota Hilux, Toyota Land Cruiser 200, and Toyota Surf); armored against ballistic threats; 10 year vehicle life (minimum); vehicle designed for one or more resets; 4 wheel drive with heavy duty brakes and suspension to accommodate gross vehicle weight; full skid plates and running boards; diesel engines; and left hand drive.

i. Enhanced Tire Technology, including both airless and other non-pneumatic solutions (GMV 1.1, LTATV) - Novel approaches addressing wheel/tire assemblies to allow for better suitability in soft soils and other asymmetrical or unconventional warfare environments. Tire technologies to allow for a broader range of environmental terrains (sand, mud, and rock), to include non-pneumatic types.

j. Light Vehicle Safety Improvements and Accessories (LTATV) - Improvements to general safety items to include (but not limited to): seating, roll cages, stability control, driver assist functions, etc.

k. Lightweight Armor (NSCV, GMV 1.1) - Novel lightweight and cost effective technologies that can replace current heavy transparent and opaque armor solutions on vehicle platforms. Heavy armor drives adverse mobility, reduced vehicle durability, and increases in related support component costs.

l. Low Cost, High Output Alternators for NSCVs - Targeting both 12V and 28V dual alternator combinations, along with high output single 12V and dual 12V solutions. The 28VDC alternator shall have a minimum of 130A (at 28VDC) output (80A at idle) and shall fit within the current engine compartment. Any single high-output alternator shall have a minimum 260 Amp (12 Volt DC) output rating at idle and engine operating temperature of 220 degrees F. The purpose of this Request for Information (RFI) is to determine the availability of solutions to replace the existing package within NSCVs, allowing flexibility for future growth, and to clear real estate in the engine compartment if we can achieve our requirements with a lower cost and smaller solution.

m. Driver Cognitive Workload Reduction (LTATV/GMV 1.1) - means of reducing driver cognitive workload in lone driving, or convoy driving situations up to and including solutions that eliminate the need for a driver altogether.

(2) Visual Augmentation Systems (VAS):
a. Signature Reduction technologies for Targeting Laser (Out of Band and Notional Laser) - Laser designation technologies that are able to be perceived through typical and widely fielded Image Intensification technologies. Notional laser could exist only in virtual reality and be perceived through an integrated augmented reality display inside an eyepiece of Night Vision Goggles (NVG).
b. Head-mounted Devices- Looking for weight saving technologies or novel methods to move weight off of the head.
c. Hand Held Devices- Seeking size, weight, and power enhancements on handheld VAS commodities.
d. Weapon Mounted Devices Seeking size, weight, and power enhancements on weapon mounted VAS commodities.
e. Power management, virtual reality (portable).

(3) Ammunition and Weapon Systems (A&W):
a. Signature reduction for Small Arms- Sound, Flash, and Thermal.
b. Machine Gun Suppressor capable of surviving high volume/rate of fire.
c. Intermediate Caliber (.338NM) - Long Range Machine Gun 2000m to include new tripod, long range- ruggedized optics, and polymer ammunition.
e. 6.5mm Sniper Support Rifle.
f. 6.5mm Assault Machine Gun.
g. Suppressor for MK27 Gen 4.
h. Thermal Beacon Technologies (Mid Wave Thermal Spectrum) range >10NM.
i. Precision Variable powered optics capable of acquiring targets at 50-1500m and beyond.
j. Precision Aiming laser with built in range finding (up to 2000m), ballistics, and environmental sensing capable of blue tooth and Near field communications.
i. Organic Strike Assets capable of providing precision fires on ranged targets (1k-50k).

(5) Soldier Protection, Survival, and Equipment Systems (SSES):
a. Armor - Novel technologies and designs that decrease weight while increasing level of protection.
b. Lightweight Rifle Protection Ballistic Helmet - Current lightweight ballistic helmets are limited to 9mm and fragmentation protection due to the weight required to achieve rifle protection. Seeking lightweight ballistic helmet that defeats the 7.62x39mm MSC projectile at muzzle velocity.
c. Special Operations Eye Protection - Laser protection (visible and IR); ability for a single lens to adapt to various lighting conditions near instantaneously.
d. Extremity Protection for Extreme High Altitude - Airborne operations are conducted at extreme high altitudes with air temps below -40 C. These temps can lead to vasoconstriction in the extremities. Seeking active heating capabilities to reduce likelihood of vasoconstriction and maintain dexterity during these airborne operations and throughout all phases of the mission.
e. Logistics - FIAR compliant internet accessible web application (certified mixed/feeder system) for the Special Operations Forces Personal Equipment Advanced Requirements (SPEAR) program capable of property accountability, warehouse management, logistics/supply functions, financial, and personnel management data to include the conversion of measurements to sizes using an approved algorithm for Special Operations Forces-Peculiar (SO-P) individual equipment. Integration with the United States Special Operations Command (USSOCOM) logistics enterprise is mandatory.

(6) Tactical Combat Casualty Care Medical Systems (TCCC):
a. Novel FDA approved technologies that apply to individual casualty care and casualty evacuation.
b. Active Cooling and Heating Whole Blood Storage Container - As SOF medics transition from crystalloid and colloid to whole blood for traumatic hemorrhagic resuscitation they are facing major logistical challenges due to the limited temperature range for storing and transporting whole blood far forward on the battlefield. Seeking portable active cooling and heating storage container capable of holding 1-2 units of blood within the FDA regulation temperature range for 4-5 days. The light weight container should be small enough to fit inside of or attached to the current USSOCOM Medic Aid Bag and be powered by standard commercial batteries commonly found in a deployed environment.
c. Handheld Battlefield Ultrasound - SOF medics have a requirement for a handheld ultrasound device capable of use in a battlefield environment. Due to the space and weight limitations within the Special Operations medical aid bag, the battlefield ultrasound should be limited to a single universal transducer which can be used for a range applications. The single universal transducer must be durable enough for the battlefield environment and able to function on the Android operating system.

(7) Electronic Counter Measures (ECM):
a. Increased battery power density providing the same equipment operating life at a size/weight reduction of up to 50%.
b. High performance multi-band antennas that can be used for electronic countermeasures systems, communications systems, and other functions while reducing SWAP on platforms/operators.

(8) Counter - Unmanned Aerial Systems (C-UAS):
a. Passive radar - radar detection that operates in a passive/promiscuous mode rather than active emitting. Ability for multiple/simultaneous detections.
b. Auto Pilot detection - detection of non-RF telemetry like Pixhawk, Mavlink, etc. autopilot drone modes. Small, lightweight, low power solutions.
c. Detection - detecting drones using LTE cellular technology.
d. Kinetic Defeat - small, lightweight kinetic/hard kill solutions.

(9) Find, Fix, Finish, Exploitation, and Analyze Capabilities (F3EA).

2. White Paper Submission Guidelines

A. Submitted Whitepapers are discouraged from being marketing in nature or previously submitted ideas. The PEO-SW office is looking for true innovative, out-of-the-box thinking, conceptual approaches, and ideas with respect to the areas listed in Paragraph 1.E. above. White Papers must be in the following format:

(1) All White Paper submissions must be UNCLASSIFIED.
(2) No more than two pages in length in Microsoft Word or .pdf compatible format including graphs, pictures, and analyses. Documents longer than 2 pages will not be considered in their entirety. Cover page and table of contents, if included, will not be included in the page count.
(3) Page size shall be 8.5x 11 inches; font size shall be 12 point.
(4) To ensure adequate consideration, the first paragraph in each white paper must clearly state which PEO-SW Capability Need the white paper pertains to.

B. Include the following information at minimum:

(1) Clearly identify the tactical and/or cost reduction benefits of your product or concept.
(2) Identify the technical and programmatic risks you foresee in completing (or adapting) your design and include your program plan, timeline, testing, and current design level effort.
(3) We are looking for mature technologies that would be available for operational environment testing or qualification (i.e., TRL 7-9). Empirical, laboratory, or field test data to support the maturity of the proposed technology should be included. If you have lower TRL technologies, please refer to the S&T directorate site and feel free to attend the SOFWIC General Session.
(4) If available, please include a schedule and cost estimate in your white paper.

3. CRADA Proposal Submission Guidelines

A. All CRADA Proposal submissions must be UNCLASSIFIED. However, if selected to present on Day 2 (October 25th 2018), vendor presentations may be up to the SECRET/NOFORN level.

B. A CRADA Proposal Cover Sheet and proposal guidance are available for download at the Vulcan submittal website described below. All CRADA proposals must include the cover sheet and adhere to the guidance to receive full consideration. Vendors may submit additional documentation as desired. However, vendors are discouraged from submitting "marketing material". Instead, focus on providing the technical and operationally relevant information we will need to conclude that your CRADA proposal is worth pursuing. For example, technical merit involves assessing the current technology readiness level (TRL) of the major systems/sub-systems describing the basis for your estimate (i.e., theory, modelling & simulation results, lab data, field test data, operational use data, etc.), and providing the environmental, field, or lab test data needed to fully support your assertion through uploading the technical reports/results to Vulcan or providing a link for download.

C. All vendors who submit a CRADA proposal will be provided with the results of our assessment through the Vulcan site.

4. Use of Vulcan for White Paper and CRADA Proposal Submissions

A. As announced at SOFIC 2018, Vulcan is a web interface and automated tech scouting tool to streamline efforts across the enterprise to discover and enable the sharing of vendor technologies within the SOF enterprise. PEO-SW and JSOC will use Vulcan to support this event.
B. If you wish to submit a White Paper to the SOFWIC 2018 event, sign up and/or log into Vulcan at https://www.vulcan-sof.com/RFI/807b16a8-8ee2-4c1b-bd72-9d1cd0af5f8e.
If you wish to submit a CRADA Proposal to the JCTE 2018 Solutions event, sign up and/or log into Vulcan at https://www.vulcan-sof.com/RFI/377f6cec-05b8-4051-a8e5-0a54fbbc4938. Submittal instructions are located at each of these sites.
C. If you experience issues with the Vulcan-SOF site or have any issues uploading your inputs as prescribed above, contact the Vulcan Help desk at [email protected]. Note that you can edit your technology scout cards all the way through to the RFI deadline. As a result, there is NO need to wait until the deadline to sign-up for a Vulcan account and submit your input.

D. Based on the Government's assessment of the potential value and significance of the White Paper or CRADA Proposal provided, your company may be selected to present on Day 1 (October 24th 2018) or Day 2 (October 25th 2018) of the event. Selectees will be notified via e-mail from [email protected] or [email protected] with time and location details.

5. White Paper and/or CRADA Proposal Due Date: All White Papers and CRADA Proposals must be submitted through Vulcan no later than 1700 EST, 31 August 2018.

 

6. Registration

A. In addition to White Paper and CRADA Proposal submissions through Vulcan, ALL vendors who wish to attend the opening General Session on Day 1 (whether or not they submitted a White Paper or CRADA Proposal) must register at https://sofwic2018.eventbrite.com. This site will close on 10 October 2018 or when maximum capacity has been reached. Seating is limited so prompt registration is recommended to ensure access to the General Session on Day 1. Once your registration has been submitted, additional coordinating information will be received via e-mail from [email protected].

B. In an attempt to limit headcount and allow for maximum exposure to different vendors, there will be a maximum of two people allowed per vendor. If you are a large company which has multiple business units, or multiple papers to present with different subject matter experts, we are allowing two presenters per selected white paper.

7. Who Should Attend?

A. Day 1, October 24th 2018, at the Tampa Marriott Westshore:

(1) Industry (large and small businesses) interested in gaining additional insight into future SOF capability needs.
(2) Industry that submitted a White Paper selected for presentation.

B. Day 2, October 25th 2018, Building 501E, MacDill AFB, FL 33621:
(1) Industry that attended SOFIC in May 2018
(2) Industry that requested a copy of the classified or unclassified JSOC Technology Interest Item List, submitted a CRADA Proposal, and were notified that they were selected for a presentation.

8. End State and What to Expect Afterwards?

A. As an end state, industry can expect to better understand the needs and focus areas of the PEO-SW portfolio.

B. Companies can gain knowledge of USSOCOM collaboration opportunities.

C. Representatives from all business types can receive feedback through General Session Q&A and follow-on feedback from the Operational User community if their technology information is deemed valuable and passed on.

D. Each company selected to present on Days 1 and/or 2 will receive feedback on their presentation and may be selected to engage in a collaborative opportunity with USSOCOM or JSOC.


9. General Information

A. Please note that this event is for collaboration purposes only. It does not constitute a specific offer or commitment by USSOCOM to fund, in whole or in part, any opportunities referenced herein. Respondents to invitations to present papers and registered General Session attendees are responsible to coordinate their own lodging and transportation requirements. Invitations to present a selected White Paper or CRADA Proposal should not be construed as a requirement for which the Government is financially liable. Respondents will not be reimbursed for any travel, labor, information, etc., they provide in conjunction with this Special Notice. No contracts will result from participation in this event or White Papers received; however, information received may be used in market research.

B. This PEO-SW collaboration event is in accordance with FAR 15.201(e) and is specifically for future and emerging technologies that would significantly advance designated commodity areas. This is NOT a Broad Agency Announcement, solicitation, or request for contractual offers. Interested participants are requested to follow submission guidelines to minimize expending extensive effort in preparing a White Paper or CRADA Proposal that may not be considered or submitting unneeded proprietary information. All proprietary information will be safeguarded in accordance with FAR 3.104 and 18 U.S.C. § 1905.

C. PEO-SW and JSOC will utilize contractor consultant/advisors to assist with the execution of this event. All advisors shall comply with procurement integrity laws and shall sign non-disclosure agreements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Contractor consultant/advisors will also be involved in follow on collaboration with selected industry partners, including managing and maintaining the websites and other tasks PEO-SW and JSOC assigns. Respondents to invitations to present papers and registered General Session attendees agree by their registration to the government release of submitted information to government support contractors.
Contracting Office Address:
7701 Tampa Point Blvd
MacDill AFB, Florida 33621-5323
United States
Place of Performance:
7701 Tampa Point Blvd
MacDill AFB, Florida 33621-5323
United States
United States
Primary Point of Contact.:
SOFWIC