SOURCES SOUGHT
59 -- Sources Sought for Joint Effects Targeting System (JETS)-Target Location Designation System (TLDS)
- Notice Date
- 5/27/2009
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Aberdeen, RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRB09JETSTLDS
- Response Due
- 6/30/2009
- Archive Date
- 8/29/2009
- Point of Contact
- Debra Shreve, 703-704-2204<br />
- E-Mail Address
-
RDECOM Acquisition Center - Aberdeen
(debra.shreve@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Product Manager Sensors and Lasers, located at Ft. Belvoir, Virginia, is conducting a market survey for JETS-TLDS. JETS will consist of the TLDS and the Target Effects Coordination System (TECS). TLDS will provide the ability to acquire targets (surveillance); accurately locate targets (determine highly accurate grid coordinates); digitally communicate target data to TECS; and laser designate targets for attack by Laser Guided Weapons (LGW). TLDS will transmit target data to the TECS, which will allow the operator to digitally communicate the data with fire support, close air support, command and control networks and targeting control systems in order to submit requests for ground fires, close air support, and navel fires. The subject of this market survey is only TLDS. Sources within the United States are sought for innovative and light-weight solutions for hand-held operational systems in support to the TLDS program. This announcement is issued for informational planning purposes only. Submitting information for this announcement is voluntary, and participants will not be compensated. As currently conceived the TLDS program will begin with technology/prototype development in FY 2010, engineering and manufacturing development in FY 2012-14 and resulting in the production and fielding of the first increment in FY 2014 or FY 2015. The primary TLDS capability requirements are; provide a reduction in hardware weight from current similar systems; provide a highly accurate target location capability, and achieve connectivity for targeting effects coordination systems. In support to the over-all JETS requirement, total targeted weight for all hardware shall be at or under a total system weight of seventeen, 17 pounds with all supporting items including power sources. Key TLDS objectives are shown, in summary in the following Exhibit. Exhibit: Target Location/Designation System (TLDS) Objective [Attribute, Desired Capability]: Target Identification (ID) Range, Day/Night, Greater than 8km/4km; Target Location Error (TLE), Less than 10 meters at 10km; Range Finder Range, Greater than 10km; Infrared (IR) Marker, Greater than 4km @ night; Image capture, Consistent with system optics; Laser Spot Tracker, Greater than 8km; Designator - Stationary or Moving, Greater than 8km using NATO standard coding schemes; TLDS System Weight, Less than 7 lbs for target location module, Less than 5 lbs for designation module; Total TLDS Weight, Less than 17 lbs (including tripod, batteries and cables) Responses to this RFI should describe how the respondent would propose to develop a TLDS solution. Specifically, responses should indicate the level of performance the respondents system can achieve in terms of the TLDS desired capabilities; propose threshold and objective levels; discuss tradeoffs that will be necessary; discuss when or how long it might take to achieve each TLDS desired capability; and, discuss what levels of teaming might be undertaken to meet the objectives. Responses should include development and production cost; non-recurring Government and contractor cost share in Research and Development and Production phases. Discussions should focus on meeting the TLDS requirements for a highly accurate target location and joint digital communication capability where the first TLDS increment will communicate and provide target location data to existing systems that do calls for fire or air support (e.g., Army PFED, Marine Corps THLDS, and Air Force TACP CAS.). It should be noted that TLDS will not deliver a communications subsystem, but will rely on current or future communication connections to order to complete inter-operability requirements. Instructions and response guidlines: This market survey is for planning purposes only and does not constitute an Invitation for Bids, a Request for Quote, or a Request for Proposal, and it should not be construed as a commitment of any kind by the U.S. Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Responses are limited to a total of 40 pages for information you deem relevant to the above TLDS information and must be completed in Microsoft Word format. Page size must be 8.5 x 11, font must be 12 point or larger, and margins must be at least 1 inch. Both sides of the paper may be used. Each page side is counted unless blank. In a separate document, limited to 5 pages, please briefly describe your company, your services, history, ownership, financial information, and business size. Supplemental service brochures or marketing materials outlining specifications and capabilities may not be submitted. PM SSL appreciates your response, and it will be used solely by the PM SSL as market research, and we will not divulge individual responses outside of the Government. An information summary list giving contact information for all responses will be provided to each respondent. This is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. Contact Information: Clarification questions must be received via e-mail by 10:00 a.m. on June 8, 2009, with clarifications returned to all responders on June 15, 2009. Responses must be submitted via e-mail by 3:00 pm on Tuesday, June 30, 2009. Clarification questions shall be e-mailed to foster.g.nickerson@us.army.mil, and the clarification subject line is to be Clarification Request for JETS-TLDS RFI. Responses to the RFI shall be e-mailed to foster.g.nickerson@us.army.mil and the subject line is to be Response for JETS-TLDS RFI. Areas where a source does not have prior experience should be annotated as such. The government reserves the right to conduct vendor oral capabilities discussions or demonstrations to be scheduled at a later date. Point of Contact is Foster G. Nickerson, PM Solder Sensors and Lasers, 10170 Beach Road, Bldg 325, Fort Belvoir, VA 22060, E-mail foster.g.nickerson@us.army.mil. Alternate Point of Contact is Jim Burton, PM Solder Sensors and Lasers, 10170 Beach Road, Bldg 325, Fort Belvoir, VA 22060, E-mail: jim.burton@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD05/W91CRB09JETSTLDS/listing.html)
- Place of Performance
- Address: PM Sensors and Lasers ATTN: 10170 Beach Road Fort Belvoir VA<br />
- Zip Code: 22060<br />
- Zip Code: 22060<br />
- Record
- SN01828962-W 20090529/090528000258-cfe30b545955f6b9512d04ce4c90b701 (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 |