Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2007 FBO #2076
SPECIAL NOTICE

99 -- Request For Information (RFI): Commercial Sensors Requirement for the U.S. Army Space and Missile Defense Command

Notice Date
8/1/2007
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
USA-SNOTE-070801-008
 
Archive Date
10/30/2007
 
Description
DESCRIPTION: THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATIONS (FAR) PART 10 MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not con stitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Respondents are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from provi ding proprietary information in response to this RFI. Responses to the RFI will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any f urther RFP, if any is issued. In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI. Further, the Government is not at this time seeking proposals, and will not accept unsolicited proposals. The United States Army Space and Missile Defense Command (USASMDC) is conducting a Market Survey to acquire commercial sensors that are currently available as a commercial item. The sensors that are currently being utilized are the FLIR System Model AN/AA Q-22 StarSAFIRE III Airborne Thermal Imaging System. The supplier must provide a minimum of 325 sensors between 1 Oct 2007 and 30 Sep 2008. The requirement is for an optical sensor with 360 degree field of coverage capable of detecting and providing geo location data on man size targets (2 meters by 1 meter) out to a range in excess of 10 kilometers. Visible and infrared capabilities are req uired for day and night time use. Visible sensor shall include full color and spotter scope capability for zooming in on distant targets of interest and obtaining maximum discriminatory information on those targets. Visible and infra red sensors shall be bore sighted together such that switching from one sensor to the other will result in looking at the same location. A laser range finder (or equivalent geo location device) will also be bore sighted to the visible and infrared sensor look angles for accur ate computation of the location of the object being viewed. Sensor housing shall be actively stabilized to insure that distant targets, regardless of their relative motion with respect to the sensor, can be viewed for extended periods of time without resu lting in excessive strain on the operator viewing the image. Visible and infra red sensors shall have multiple fields of view to allow for wide angle panning of the area followed by an instantaneous switching to a narrow or super narrow field of regard fo r rapidly assessing distant targets of interest. Sensor shall also have a laser pointer and auto tracking capability. Laser pointer shall provide a beam of light visible only through night vision goggles. That beam of light will originate at the sensor and be bore sighted such that it will terminate at the target of interest as soon as it is activated (i.e. no searching for the target will be required). The control and display functions of this sensor suite (i.e. visible sensor, IR sensor, spotter scope, laser pointer, etc.) shall be well documented in an interface control document. This interface control document shall be used to assess the level of sof tware modifications that will be required to interface these control and display functions with existing map overlay software. Hardware mounting documentation shall also be provided for a determination of the lev el of effort that will be required to mount the selected sensor to existing platforms (towers, masts, etc.). The level of software and hardware rework required will have a bearing on the sensor selected. The sensor suite shall have a minimum mean time between failure (MTBF) of 2,000 hours under harsh environments and 24/7 usage. Back up data to justify the advertised sensor suite MTBF may be requested. The sensor vendor shall also be required to demonstra te a rapid mean time to repair capability. Adequately trained technical repair staff along with repair facilities and sufficient on-hand spare parts shall be required to handle the expected number of sensor repairs over a given period of time. DESIRED INFORMATION: Documentation may be submitted at any time after issuance of this RFI up to the expiration date of the RFI. 1) The vendor should submit capability documentation of its ability to fulfill the requirement. The vendor should summarize their skills and experience in supporting similar requirements. This summary should also include any teaming or subcontracting arrangements in which the vendor participated in providing services for a requirement of this magnitude. 2) The vendor should pr ovide a customer point of contact (name, address, telephone number) for each experience described and indicate whether the vendor performed as a prime or subcontractor. 3) Vendors should identify any contract vehicles (GSA/FSS, GWACs, etc) that are current ly available that can support the requirements contained herein. 4) Certification that this is a Commercial off the shelf product. This may be in the form of catalog listing for the item. Documentation showing which (if any) of the desired features are in cluded. This may be in the form of technical or operating manuals/documentation. SUBMISSION: All responses should be submitted by email. Telephone requests will not be honored. No additional data will be provided in support of this RFI. All information in responses should be unclassified. Responses should include the vendors busin ess size status based on the North American Industry Classification System (NAICS) Code 334220. The response format should be MS Word documents (12 point font) or PDF files readable by Adobe Acrobat sent via email. Email submissions/inquiries should b e directed to Patricia J. Vail, Contract Specialist, at Patricia.Vail@smdc.army.mil. Vendor information must be received by 12 August 2007. Responses received after this date will not be considered.
 
Record
SN01359160-W 20070803/070801222046 (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 |
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.