Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2008 FBO #2496
SOURCES SOUGHT

58 -- Integrated Vision System (IVS) for the Assault Breacher Vehicle (ABV)

Notice Date
9/24/2008
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command (Warren), TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
IVS_MARKET_SURVEY
 
Response Due
10/24/2008
 
Archive Date
12/23/2008
 
Point of Contact
Mary Pasqual, 586-574-6635<br />
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION: The U.S. Government appreciates the time and effort taken to respond to this survey. The U.S. Government acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as CONFIDENTIAL under this statute. Pursuant to this statute, the U.S. Government is willing to accept any trade secret or confidential restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following: 1. Clearly and conspicuously mark qualifying data as trade secret or confidential with the restrictive legend (all caps) CONFIDENTIAL with any explanatory text, so that the U.S. Government is clearly notified of what data needs to be appropriately protected. 2. In marking such data, please take care to mark only those portions of the data or materials that are truly trade secret or confidential (over breadth in marking inappropriate data as CONFIDENTIAL may diminish or eliminate the usefulness of your response - see item 6 below). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. 3. The U.S. Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the U.S. Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the U.S. Government will not be protected once in the public domain. Data already in the possession of the U.S. Government will be protected in accordance with the U.S. Governments rights in the data. 4. Confidential data transmitted electronically, whether by physical media or not, whether by the respondent or by the U.S. Government, shall contain any restrictive legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate for portions only of an electronic file, use the restrictive legends CONFIDENTIAL DATA BEGINS: and CONFIDENTIAL PORTION ENDS. 5. In any reproductions of technical data or any portions thereof subject to asserted restrictions, the U.S. Government shall also reproduce the asserted restriction legend and any explanatory text. 6. The U.S. Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain confidential information may receive only limited or no consideration since the Respondents marking of data as Confidential will preclude disclosure of same outside the U.S. Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. DESCRIPTION OF INTENT: THIS IS A MARKET SURVEY REQUESTING INFORMATION IN SUPPORT OF THE FOLLOWING PERFORMANCE REQUIREMENT. No contract will be awarded from this announcement. This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation. Also, it is not a request seeking contractors interested in being placed on a solicitation mailing list. Response to this questionnaire is voluntary and no reimbursement will be made for any costs associated with providing information in response to this market survey and any follow-on information requests. Data submitted in response to this market survey will not be returned. No solicitation document exists at this time, and calls requesting a solicitation will not be answered. PERFORMANCE REQUIREMENT: The purpose of this questionnaire is to obtain information on commercial industry capability to satisfy US Army requirements for an Integrated Vision System (IVS) for the Assault Breacher Vehicle (ABV). The requirement will be achieved in a single step versus an evolutionary series or steps. The ABV is a tracked combat engineer vehicle for the Marine Air Ground Task Force & Army Heavy Brigade Combat Team (HBCT). It is designed to breach minefields & complex obstacles and provide in-stride breaching capability to maneuver forces. It is a new capability in the 2nd generation HCBT combat Engineer Company. It consists of an M1A1 Abrams tank hull, 2 Mk 155 Linear Demolition Charge systems, a full-width mine plow, and a 2 lane marking systems. It is operated by a crew of 2 Soldiers/Marines. In order for Marines and Soldiers to remain under armor while performing breaching operations, the ABV is equipped with a fully integrated system of cameras, sensors, Drivers Vision Enhancement System (DVE), and control panels that provide the crew the ability to operate the vehicle in all types of environments with out compromising system performance or safety. The IVS system must include 5 day TV cameras, 1 forward, 1 on the front end equipment, 1 right, 1 left and 1 to the rear, that provide a color image with 768x494 resolution and 4 lux sensitivity. They must provide a wide field of view from 60 degrees on the sides and rear to 100 degrees on the front mounted cameras. The system must also include the capability to have forward and rear infrared (IR) cameras. These cameras must use uncooled infrared detectors and provide a minimum of 40 degree field of view. The IR system must have an auto calibration function and allow the user to control gain, level and polarity settings on both the front and rear cameras independently. In addition to the day TV and IR cameras the ABV IVS system must also include a gimbal sensor that provides 360 degree continuous vision with image intensified CCD (I2 night vision), long wave forward looking infrared capability and laser range finder capability out to no less than 1.5 kilometers. The gimbal must have a azimuth and elevation slew rate of not less than 200 degrees per second, an elevation range of 108 degrees, be stabilized on 2 axis and a azimuth and elevation pointing of 3 milliradians. The gimbal dimensions cannot exceed 11 inches in height, 7 inches in diameter and 17 pounds in weight. Lastly the ABV IVS must have a commanders control station and display panel and a Drivers Vision Enhancement (DVE) system. The commanders control panel and display must include the ability for the commander to turn the system on and off, have a joystick control for the gimbal sensor, and have video controls to allow the commander to choose displays for the driver and vehicle commander. The DVE must provide day/night thermal imagery, no less than a 40 degree field of view, an auto calibration system and allow the user to control gain, level, polarity and brightness and provide a color image. INSTRUCTIONS FOR COMPLETING THE QUESTIONNAIRE: 1. Number each response with the appropriate question number. 2. You do not have to repeat the question in your response. 3. If you cannot answer a question, please indicate No Response. 4. If a response will satisfy another question, state: See response to question XXX. 5. Include relevant sales media and product manuals. If providing an ACROBAT formatted manual, annotate the manual to indicate which material is applicable to the questions. If preferred, include Internet Web links to locations where animations/videos may be viewed. 6. If your sales media and/or manuals contain a restricted distribution statement, issue a release statement indicating that the restricted material may be distributed to Army personnel involved with this Market Survey. 7. Spell out any acronyms in their first instance. 8. Clearly mark any proprietary information. If applicable, the front page of your response package should state: Proprietary Information Contained. Provide a release statement indicating that the proprietary information may be distributed to Army personnel involved with this Market Survey. Request for Information (RFI) Questionnaire 1. Company Name: 2. Are you a large or small business for North American Industry Classification System. If small business, are you: Small Disadvantaged or 8(a) In a Hubzone Service-Disabled Veteran-Owned Women Owned 3. Mailing Address: 4. E-Mail Address: 5. Point of Contact (POC)/Title: 6. Telephone No: 7. Fax No: 8. How long has your company been in business? 9. Does your company currently produce and/or sell an Integrated Vision System (IVS) that meets all the requirements listed for the ABV? For whom have you produced them? 10. Does your company have an IVS in any state of design? If so how long will it take to have deliverable systems? 12. Provide a list of your major customers of IVS to include company name and a point of contact with phone number within the company. 13. Have you produced any Vision Systems for any US Government agency in the past? If so, for which agency? 15. If you presently produce an IVS system, what is the expected lead time for delivery of the IVS from the date of contract award? 16. Are there any terms and conditions unique to this industry, which are not normally a part of standard U.S. Government contracts? 17. What type of warranty is the commercial standard for this industry? What type of warranty would you provide under a contract with the U.S. Government? Please include with your response a sample warranty from your company. 18. If you were awarded a contract for the IVS, where would the production take place and what efforts would you use to provide subcontracting opportunities? 19. What experience do you have providing logistics support, either directly or through subcontractor opportunities? Can you provide samples of that effort? Have you provided logistics support to any Government agencies? Please explain what these efforts entailed and provide copies of the Contract? 20. If you were awarded a contract for the IVS would you perform the logistics effort in-house, or would you subcontract logistics? If you were subcontracting the logistics effort, list potential subcontractors you might use for this effort? 21. Please submit recommendations/comments regarding what you would consider the appropriate logistics for the IVS. 22. What is the periodic maintenance that needs to be conducted both in the field and at the depot? What are the types of repairs that may be required? Who would be able to conduct those repairs, a depot or soldiers in the field? Or would the item have to go back to the manufacturer for repair/replacement? 23. In the production of the IVS are there any cost considerations that would be needed to be taken into consideration by the Government of the purchase of an IVS system? (i.e. material costs, exchange rates, length of a contract). Response to this market investigation questionnaire should be sent via Email to mary.pasqual@us.army.mil. You are requested to put ABV MARKET SURVEY RESPONSE in the subject line of the Email. You can respond in total or to any part of this questionnaire. Any request for clarifications of the Survey shall also be addressed to Mary Pasqual. Any product literature that cannot be emailed may be sent to: U.S. Army TACOM Life Cycle Management Command AMSTA-AQ-ADCA ATTN: Mary Pasqual, Mail Stop 326 6501 E. Eleven Mile Rd. Warren, MI 48397-5000 Replies to this questionnaire must be received by October 24, 2008 at 12:00 PM. Please mark your information Proprietary, as you feel appropriate. Your input is voluntary and no compensation can be made for your participation in this survey. We appreciate your cooperation in answering these questions and thank you in advance for your participation. BE ADVISED that updates to IVS or non-proprietary questions from interested parties and responses by the Government will be posted to as addenda to this questionnaire. A Microsoft Word copy of the Market Survey may be obtained by copying ang pasting the following URL in your Internet browser: http://contracting.tacom.army.mil/ssn/IVS%20Market%20Survey%20-%2024%20Sept%2008.doc
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bafdd1f171169a9cfe8ffa8b944378f1&tab=core&_cview=1)
 
Place of Performance
Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI<br />
Zip Code: 48397-5000<br />
 
Record
SN01680806-W 20080926/080924223344-bafdd1f171169a9cfe8ffa8b944378f1 (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.