Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2008 FBO #2333
SOURCES SOUGHT

58 -- Sources Sought and Request for Information for Long Range Advanced Scout Surveillance System (LRAS3) Monocular Display

Notice Date
4/14/2008
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, 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-R-M208
 
Response Due
7/15/2008
 
Point of Contact
Karen Sacco, 732 427 1425
 
Description
The U.S. Army Product Manager, Forward Looking Infrared (PM, FLIR), Fort Belvoir, VA is conducting market research to identify sources capable of providing Long Range Advanced Scout Surveillance System (LRAS3) video imagery to additional operators at a low unit price and in compact and lightweight packaging. The LRAS3 Monocular Display will be handheld, battery powered, and ruggedized, and will be an addition to the existing LRAS3 as supporting equipment, and will include all components necessary for operation to include but not limited to stowage bracketry, cables, and battery power supply. The LRAS3 monocular display must be capable of accepting LRAS3 video stream and displaying both the widescreen (16:9) LRAS3 FLIR Video without any distortion as well as the LRAS3 day camera imagery with a 4:3 aspect ratio. The LRAS3 Monocular Display will provide the resolution and clarity necessary to read all symbology and text within the LRAS3 video imagery, and suffer no negative effects from burn in of the LRAS3 reticule or symbology. The LRAS3 Monocular Display battery power solution should use standard off the shelf batteries and be capable of powering the unit for at least 8 hours. The LRAS3 monocular Display must be compatible with the existing LRAS3video output format outlined below with no distortion of the widescreen FLIR imagery. The LRAS3 monocular Display must be compatible with the existing LRAS3 video output format outlined below with no distortion of the widescreen FLIR imagery. More information can be found on the Interactive Business Opportunity Page as explained below. The intended packaging would be for a small light weight handheld monocular viewer that can be easily stowed within a vehicle when not in use. The government is primarily interested in products that are technologically mature and off the shelf. Additionally, responses should address industrys ability to commence monthly production within one (1) month from contract award leading to the delivery of 200 systems before theend of calendar year 2008. The government is seeking low cost, non-developmental item/commercially available, low cost solution for the LRAS3 Monocular Display. When considering price estimates, respondents are requested to address complete system unitcost including all components, delivery, and maintenance. Interested sources are requested to provide complete descriptions of existing products or those that will be available for delivery within the timeframe indicated above. Industry responses must include sufficient documentation to support any claims that their system performance will meet the minimum 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 system development and or production readiness. Additionally, industry responses are to specifically include an outline of supply chain considerations with emphasis on any known long lead items that may adversely impact high rate production. Any limitations to ramping up to high rate monthly production and system integration considerations must be addressed along with proposed resolutions to potentialproduction impediments. Industry responses should also submit their projected monthly production capabilities to include critical subcontractor and vendor production capacity along with estimated unit prices. Responses to this RFI are due by 4:00pm on 30 April 2008. Technical questions and industry responses are to be sent via email to Kyle Schaefer at Kyle.Schaefer@conus.army.mil. All material submitted 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: 1.Corporate capabilities, past and current relevant performance information, available facilities and assets 2.Technical and management approach for executing a LRAS3 Monocular Display program to include a detailed design; procurement of subsystems and components; rigorous contractor test and integration data; supporting technical documentation; and, operational and sustainment considerations 3.A cost estimate on a Rough Order of Magnitude (ROM) to meet or exceed the notional requirements outlined above. 4.A supporting program schedule that represents a low risk approach to meeting the objectives outlined above. 5.An assessment of the associated risks for this program and respective risk mitigation approaches. 6.Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. The Government may afford interested parties 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 governments feasibility assessment. Additionally, the government may allow interested parties an opportunity to provide a demonstration of their LRAS3 Monocular Display solution. It is anticipated that any such sessions would not exceed 4 hours, and will take place at Fort Belvoir, VA at a later time. This request for information is for planning purposes only and shall not be considered as an invitation for bid (IFB), request for quotation (RFQ), request for proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your response to this request for information (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 information. 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 the Army in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information submitted in response to this RFI. As mentioned above, additional information may be found on the CECOM Life Cycle Management Commands Interactive Business Opportunities Page (IBOP) website, as part of the Army Single Face to Industry (AFSI) under the tracking solicitation number W15P7T-08-R-M208. Instructions for the IBOP: website: https://abop.monmouth.army.mil/. After clicking on the link, on the drop down menu labeled Army Pre-Award, select CECOM-2008. Once highlighted, click Go. Next, you will be required to log on. If a username/password has not been obtained, please follow the directions below. Next, input the above Request for Proposals (RFP) number into the Search box,and click on Search. After the RFP number is found, click on the highlighted RFP number; you will then be entered into the Solicitation folder. Lastly, download the files displayed at the bottom. Registration for a User ID and Password is available under USER SERVICES, USER REGISTRATION, in the center of the screen.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=555e78db30c41eb987f473f05d0fb4c1&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN01553756-W 20080416/080414220802-555e78db30c41eb987f473f05d0fb4c1 (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.