Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2008 FBO #2294
SOURCES SOUGHT

58 -- Market Survey-Request for Information-Counter Sniper Program Closed Circuit Television (CCTV)

Notice Date
3/6/2008
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-08-RFI-RUS-001
 
Response Due
4/4/2008
 
Archive Date
6/3/2008
 
Point of Contact
cosenenko, 732-427-1426
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(celeste.m.osenenko@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This RFI is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or request for proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. You r response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such i nformation. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by t he Army in developing its acquisition strategy and Statement of Work/Statement of Objectives and Performance Specifications. Parties responding to this RFI are responsible for adequately marking proprietary or competition sensitive information contained i n their response. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. Description: The Government is seeking a low cost, commercial or non-developm ental solution from an experienced system integrator that will lead to the delivery of approximately 1000 mast mounted Closed Circuit Television (CCTV) systems within 12 months after contract award. The CCTV system will allow a vehicle commander the capabi lity of observing and recording an elevated 360 degree view of the surrounding terrain during conditions of daylight, darkness (all ambient light levels), adverse weather (rain, fog, salt fog, haze, mist and snow) and dirty battlefield conditions (adverse weather, dust and smoke). This capability will improve situational awareness and assist in detecting and neutralizing sniper and other threats to friendly forces. The system will be capable of operating while stationary and ideally retracting while movin g at slow speeds and operating in a degraded mode. The Government also anticipates fielding (training and initial spares) and sustaining these systems through Field Support Representatives (FSRs) in an operational environment OCONUS. The government is in terested in receiving responses from industry to determine the feasibility of achieving these goals within the time frames specified. System Configuration: The CCTV system consists of a uncooled passive thermal imaging system operating nominally i n the 8 to 14 micrometer spectral region. All external optics will have protective covers when not in use. This sensor is mounted on an extendable mast attached to an interior mounted video display, storage and retrieval subsystem. The Government request t hat the system provide the mast a rate of extension/retraction which will not cause functionality complications. The CCTV system also includes a mounting kit for all variants of a HMMWV vehicle, and all cables, mounting brackets, shipping containers and ot her kits necessary to fully integrate and operate the CCTV on a HMMWV. Other combat vehicles may include, but not limited to Mine Resistant Ambush Protected (MRAP) and Strykers. The minimum requirements for the system are: Magnification-2-4 times; Field o f View 40 degrees horizontally and 30 degrees vertically (unity magnification); Electronic Pan and Tilt Mode; Slew Rate 35 degrees per second; Sensor Control-Joystick, keyboard; Autofocus; Image Stabilization; Infrared Lens with IR Detector; Environmental Housing; Video Output IAW SMPTE 170M Standard for Composite Analog Video Signal NTSC for Studio Applications: dated 1994; Video Display IAW Video Electronics Standards Association (VESA) (Flat Panel Display Measurement Standard); Max 60 watts of power when operated over the 16 to 32 VDC vehicle input power (through ODCM connector MS-3114E8-33P); 10-20 Foot Mast Electronic Winch Control; and, 10-20 Foot Mast Manua l Winch Backup. The government cost target is $30,000 per unit. The government is also interested in the price sensitivity of these features beyond the minimum requirements such as: Increased magnification; E-Zoom; Increased FOV; Increased mast he ight; Quick Release Mast; and, Environmental Qualification IAW MIL-STD 810F. The government also seeks information about the level of environmental qualification of the system being described as well as its predicted or actual reliability. Informat ion submitted must be complete descriptions of existing products that will be available for delivery within the timeframe indicated above. Industry must include sufficient documentation to support any claims that their system performance will meet the min imum performance capabilities contained herein. Such documentation may include system technical specifications, product brochures and related literature, performance test data, system drawings and/or photographs, or any other data to support the state of s ystem development and or production readiness. Additionally, Industry is to specifically include an outline of supply chain considerations with emphasis on any known long lead items that may adversely impact high rate production in an accelerated environm ent. Any limitations to ramping up to high rate monthly production and system integration considerations must be addressed along with proposed resolutions to potential production impediments. Industry response should address their projected monthly produ ction capabilities to include critical subcontractor and vendor production capacity along with estimated unit prices. When considering price estimates Industry is requested to address cost associated with all system components, training, delivery, maintena nce and installation. Responses are to be and submitted via email to joseph.brito@us.army.mil by 1600 hours on 4 April 2008. Technical questions and industry responses are to be sent via email to joseph.brito@us.army.mil. All material sub mitted in response to this RFI must be unclassified. Interested parties possessing the capacity to deliver products meeting the requirements outlined above are requested to provide a White Paper describing the approach to produce, manage and meet the produ ction requirements established above and should address the following items: 1. Corporate capabilities and company profile (i.e., company type, US or non-US ownership), past and current relevant performance information, available facilities and asse ts and workforce statistics. Identify and address existing production facilities, total available square footage to include additional floor space available for expansion; amount that could be dedicated to the CCTV program. Discuss your company's 2006-2007 total employment figures, annual turnover rate, and current operating shift(s). 2. Technical and management approach for executing a program to include a detailed design; procurement of subsystems and components and the integration of sensor components ; rigorous contractor test and integration data; supporting technical documentation; and, operation and sustainment considerations. Identify any corporate research initiatives undertaken relative to programs like the CCTV to include a discussion of inte rnally funded RDTE activities along with the Technology Readiness Level/Manufacturing Readiness Levels for those efforts. Additionally discuss your corporate quality management programs to include manufacturing process controls and configuration control s ystems. 3. A cost estimate on a Rough Order of Magnitude (ROM) to meet or exceed the notional unit price requirements outlined above; and, includes additional discounts and possible warranty information. 4. A supporting program schedule that represe nts a 'low risk' approach to meeting the objectives outlined above. Discuss total plant capacity maximum utilization data, current capacity utilization data, mi nimum sustaining rate and maximum production rates; product lead times, etc. Identify critical component suppliers or manufacturers, long lead items and times and strategies to overcome potential parts obsolescence problems. 5. An assessment of the ass ociated risks for this program and respective risk mitigation approaches. Specifically, identify any throughput challenges, production test reject rates and challenges associated with resolution of your top three yield problems. 6. Include cage code, D UNs number, and size and status as listed in the Central Contractor Registration (CCR). 7. Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. Commencing mid April , 2008, the Government may afford Industry an opportunity to discuss the contents of their White Papers during an industry one-on-one session where it is envisioned the parties will engage in an active information exchange dialogue to aid in the Government 's feasibility assessment. Additionally, the Government may allow Industry an opportunity to provide a demonstration of their CCTV solution. It is anticipated that any such sessions would not exceed 4 hours and will take place at vendor sites.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01526023-W 20080308/080306224627 (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.