Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2002 FBO #0327
SOURCES SOUGHT

58 -- REQUEST FOR INFORMATION FOR SMALL TO MEDIUM SIZED UNMANNED AERIAL VEHICLE (UAV) AND UNMANNED UNDERSEA VEHICLE (UUV) (ABOVE THE WATER LINE) SENSORS

Notice Date
10/23/2002
 
Notice Type
Sources Sought
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016403R0003
 
Point of Contact
William McGannon 812-854-3617
 
Description
The Naval Sea Systems Command (NAVSEA) is seeking expressions of interest to understand state-of-the-art sensor technologies currently available for use on submarine offboard sensor platforms to be used on small to medium sized Unmanned Aerial Vehicles (UAVs) and Unmanned Undersea Vehicles (UUVs) sensors that would operate above the water line. Increasing the submarine?s Intelligence, Surveillance, Reconnaissance, and Targeting (ISRT) capability to achieve the Submarine Force?s Strategic vision will require the development of small and autonomous ISR sensors for incorporation on unmanned offboard data collection vehicles such as UAVs and UUVs. Information is requested on small, mission focused, autonomous, and relatively inexpensive EO (Electro-Optical), IR (Infra-Red), R (Radar), LD (Laser Designator), LRF (Laser Range Finder), EI (Electronic Intelligence), CR (Comm Relay), LST (Laser Spot Tracker), MS (Multi-Spectral), HS (Hyper-Spectral), SI (Signal Intelligence), IRST (Infra-Red search and Track), CS (Chemical Sensor), BS (Biological Sensor), LADAR (Laser Radar), and LIDAR (Light Detection and Ranging). These sensors will be evaluated for potential use in future submarine Unmanned Vehicles. The following is a list of salient characteristics that should be met or exceeded: (a) The sensors should not weigh more than 10 pounds and be capable of being powered by unregulated vehicle power or an internal battery source. Lighter weight sensors approaching 1 pound are desirable. (b) The sensor should survive operational environmental factors such as temperature extremes, humidity, small craft shock and vibration. (c)The sensor should be able to operate at an elevation of 8000 ft, have a minimum endurance of 7 hours and be able to function at a speed of 130 kts.. Part of this evaluation will be to define each sensor?s characteristics including data collection requirements and concepts, data analysis methodologies and physical characteristics that would limit it to a small to medium sized UAV or UUV sensor that would operate above the water line. These methodologies will include: mechanical packaging and electrical requirements; data interfaces; auxiliary data collection requirements; real-time processing, recording, and display requirements; near real-time and post-collection analysis and product generation requirements, and operator and maintenance requirements. Respondents are asked to provide the above data along with some characteristics of the sensor, such as size, weight, volume, and power requirements. After the completion of this review, each sensor will be evaluated for its applicability for small to med ium sized UAV and UUV employment. Respondents are requested to provide a description of the payload and its capabilities and include any product data sheets. Also the maturity of the payload (i.e. developmental or production) with any supporting performance and test data to support maturity claims. Company should distinctly identify which of the following category(s) the sensor falls into: EO (Electro-Optical), IR (Infra-Red), R (Radar), LD (Laser Designator), LRF (Laser Range Finder), EI (Electronic Intelligence), CR (Comm Relay), LST (Laser Spot Tracker), MS (Multi-Spectral), HS (Hyper-Spectral), SI (Signal Intelligence), IRST (Infra-Red search and Track), CS (Chemical Sensor), BS (Biological Sensor), LADAR (Laser Radar), LIDAR (Light Detection and Ranging). Responses are required to include the firm name, mailing address, telephone and facsimile numbers, World Wide We b (Internet) presence (if any), size of firm, number of years performing related work and direct points of contact including e-mail addresses. Only written responses transmitted electronically, or by mail will be accepted. Electronically submitted responses on CD are preferred. Responses to this announcement should be received NO LATER THAN 31 JANUARY 2003. Respondents can send CD?s and other data to: NSWC Crane, Code 607 Bldg. 2930, 300 Hwy. 361, Crane, IN 47522, ATTN: William McGannon. This Request for Information announcement is for informational and planning purposes only. It does not constitute a solicitation and should not be construed as a commitment of any kind by the Government to issue a solicitation or ultimately award a contract. All information will be considered. This is not an Invitation for Bids (IFB), a Request for Quotations (RFQ) or a Request for Pro posals (RFP). The Government will not provide payment for any information provided in response to this synopsis, nor will the Government return any data provided. All data will be for official Government use only.
 
Web Link
NSWC Crane's web address
(http://www.crane.navy.mil/supply/synop/Vehicle.htm)
 
Record
SN00192686-W 20021025/021023213547 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.