SOURCES SOUGHT
A -- Development of Imaging Multispectral Reflection-Band Brassboard Sensor for Airborne Mine And IED Detection From A Class III UAV Sources Sought
- Notice Date
- 5/8/2006
- Notice Type
- Sources Sought
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY-06-R-PM07
- Response Due
- 6/9/2006
- Archive Date
- 8/8/2006
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Communication-Electronics - Life Cycle Management Command, Acquisition Center-Washington, on behalf of the U.S. Army Research, Development and Engineering Command, Communications Electronics Research Development and Engineering Center ( RDECOM CERDEC), Night Vision and Electronic Sensors Directorate (NVESD), Science and Technology Division, is seeking sources for a multispectral visible to near-infrared (VNIR) to short-wave-infrared (SWIR) airborne sensor. NVESD is initiating an applied research program for a TRL 5 airborne demonstration of a multispectral, reflection-band (400-2500nm), imaging brassboard sensor. The sensor will be used for detection of surface and buried landmines from a Class III unmanned airborne vehicle (UAV) flying at an airspeed of 85 knots. The proposed sensor will be capable of imaging with anywhere from 4 to 6 bands within this spectral region and have a ground resolved distance of 3 inches or less. Spectral data for each ground sample shall be collected simult aneously. The sensor should be capable of remaining functional during exposure to temperatures from -51C to 81C without the use of special kits or operational procedures with limited degradation in performance permitted. Payload shall accept 28V DC from UAV with a + or - 1.2 Volt DC drop. Power usage should not exceed 200 Watts. Output of the sensor should be coregistered digital imagery from the focal plane and not be limited to detections. Designs are allowed to incorporate an upward-looking sky sens or for atmospheric compensation. There should be a planned transition path to TRL 6 which incorporates a 35 lb sensor payload weight, to include proposed sensor head, all electronics, data acquisition and at least 5 hours of data storage. The sensor does not have a requirement for geolocation, but must provide sufficient time tag information to allow geolocation using UAV resources. NVESD is interested in responses involving any of the following capabilities: (1) FPA development, (2) optics design and de velopment, (3) camera electronics, (4) brassboard sensors and data acquisition. This is not an algorithm development program. Minimum Sensor Performance Objectives: (1) at least 4 multispectral bands between 400 nm and 2500 nm, (2) resolving 3 inches on the ground at a platform altitude of 1500', (3) covering 45 m swath cross-track. When applicable, responses to this announcement should contain at least the following sensor specifications: (1) Number of bands, (2) Bandwidth range possible per band, (3) Number of pixels per band, (4) Number of pixels cross-track, (5) Number of pixels along-track, (6) IFOV, (7) FOV, (8) Total package weight and weight of individual sensor components, (9) Power usage. This is NOT a request for proposal. In the event a sol icitation is developed, it will be synopsized in FedBizOpps. Contractors who can satisfy the Government's requirements are urged to provide documentation supporting the company's ability to fulfill the requirements described above by 5 PM Eastern Standard Time, 9 June 2006. Responses to this announcement should include a technical description and detailed characteristics of the sensor for use on an airborne platform. Sensor descriptions should have enough information for the Government to make informed d ecisions. In addition, the documentation should include resumes of the contractor's relevant technical and management personnel, a detailed description of the contractor's experience in development of multispectral airborne imaging sensors, and other evid ence supporting the claim. The Government will consider all responses submitted on time. The contractor shall be responsible for any costs associated with preparing responses. A response shall be no longer than ten (10) pages, excluding resumes. All re sponses shall be prepared in MS Word and submitted to the CECOM LCMC-Acquisition Center-Washington web page at www.abop.monmouth.army.mil, under market research folder titled Development of Imaging Multispectral Reflection-Band Brassboard Sensor for Airborne Mine And IED Detection From A Class III UAV, number W909MY-06-R-PM07.
- Place of Performance
- Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Country: US
- Zip Code: 22331-0700
- Record
- SN01043963-W 20060510/060508220830 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |