SOURCES SOUGHT
66 -- Request For Information for Special Operations Forces Laser Rangefinder Designator
- Notice Date
- 10/1/2007
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-H9222207R1001
- Response Due
- 10/15/2007
- Archive Date
- 10/31/2007
- Point of Contact
- Verdetta Weaver, Contract Specialist, Phone 813 826 5436, Fax 813 826 4838
- E-Mail Address
-
weaverv@socom.mil
- Description
- Crane Division, Naval Surface Warfare Center is performing a market survey seeking companies that can develop and build an integrated Laser Range Finder, Non-Magnetic Locating and Designating System (one box solution). The system must be an all-in one unit that contains: 1. A North Atlantic Treaty Organization (NATO) Band I/II compliant Laser designator with at least 80 mJ of energy threshold (T). 2. Azimuth inclination sensor(s) must have a 1 mil pointing accuracy with latitudes up to 40 degrees (T). 3. A Selective Availability Anti-Spoofing Module Global Positioning System (SASSM GPS) (T). 4. Internal electronics and display to perform calculations (T). 5. Internal day/night sight(s) (T). 6. Internal Battery/Batteries objective (O). 7. Total system weight can not exceed 24 lbs and must fit within an 8 x 14 x 12 inch box. In accordance with CZU-03-071 Appendix A, the Requirements for integrators and manufacturers of GPS PPS HAE prior to them being placed on contract to integrate and / or develop GPS PPS HAE are: 1. Free from Foreign Ownership, Control and Influence (FOCI), 2. Facility Clearance, 3. Communication Security (COMSEC) Account, 4. Department of Defense (DoD) Sponsorship and 5. SAASM Account Custodian (SAC). The following responses are required in your reply, request no more than 15 pages in your response: 1. Provide a brief description of your company. Include any teams / partnerships / sub-contractors required to build this system. 2. Provide documentation of past contractual experience on such projects. Also document whether the experience was as a prime or sub-contractor. 3. Provide documentation on what technologies would be used to build the basic blocks of the system in addition to the basic technology approach of system (i.e. camera, designator, target location pieces, and type of geo-pointing device). 4. Address the following minimum requirements in your response: a. 80 mJ (min energy) NATO Band I/II Compliant Laser Designator with less than 300 microRadian divergence (95% of total energy). b. Internal SASSM GPS with antenna integrated into housing. c. Internal geoposition system with 1 mil GEO-Pointing accuracy in azimuth and in elevation to true/geodetic North within 6 minutes of turn-on (assuming almanac, ephemeris are up to date) up to 40 degrees latitude in a static mode. Stationary - includes rotating the unit in azimuth and elevation at rates up to 200 degrees /second. The unit shall also allow for accuracy to be maintained within a dynamic environment, such as slewing between objects or being moved to a new location. Bore sight of crosshairs, laser, geoposition system must be kept over temperature (-40 to +55 degrees C/F). d. Internal day/night sight(s). Desire is a 10x sight with 5 degrees field of view and 3 km recognition range of a tank. e. Internal display for video / data (i.e., range to a target, the geodetic coordinate of a target). f. Functionality of the system will not require an external computer; however, the desire is to export target position or imaging data to external systems. g. The desire is for an internal battery. If meeting size requires the battery to be external, the battery cable will also be included in the system weight. h. At least one 1913 rail to mount external devices. 5. In summary of your design approach, provide an approximate size and weight (including batteries) for the subcomponents and for the system. Prefer two demonstrations units to proof the product development. Include any phased effort in the time line for technology challenges, to meet weight and size (provide estimate in months). 6. For budget purposes only, provide a rough order estimate to achieve demonstration systems. Funding responses are not mandatory, although it will help with budget planning. Interested firms should provide the following information: cage code, company name, address, phone number, email address and a point of contact. Information shall be submitted to Verdetta Weaver at weaverv@socom.mil no later than 1600 EST on October 15, 2007. This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. This notice shall not be construed as a Request for Proposal or as an obligation on the part of the Government. No entitlement to payment will arise as a result of the submission of contractor information.
- Record
- SN01426163-W 20071003/071001223709 (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 |