SOURCES SOUGHT
58 -- Surveillance and Force Protection System
- Notice Date
- 10/22/2009
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRBRFI1001
- Response Due
- 11/5/2009
- Archive Date
- 1/4/2010
- Point of Contact
- Tom Marousek, 410-278-2187
- E-Mail Address
-
RDECOM Acquisition Center - Aberdeen
(thomas.marousek@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI): THIS IS NOT A SOLICITATION; no award will be made as a result of this request. This request for information is for informational purposes only; this is not a Request for Proposal (RFP). All interested parties are encouraged to respond to this RFI. The Government will not pay for information and materials received in response to this RFI and is in no way obligated by the information received. 1. SCOPE. The purpose of this RFI is to obtain potential solutions to identify company/platoon-sized small combat outpost long range surveillance and force protection assets that are quick to emplace, easy to use and simple to support. 2. REQUIREMENTS. The REF has a need for surveillance and force protection system that is quick to emplace, easy to use and simple to support. The system needs to provide long-range observation, lighting, point engagement, and other surveillance capabilities to enable economy of force operations at small combat outposts (COP). System characteristics. At a minimum the small COP surveillance package should provide the following capabilities: a.Containerized system, similar to ISU-90, capable of being airlifted by CH47 (less than 7000lbs) or delivered by palletized load system. The container should include product components, spare parts, and a power control system to manage all the ISR assets as a single system. Include a generator in the container to allow quick operations without the delivery of additional power generation assets (T). The ability to connect a generator to run the system with external power (O). b.Day/night real-time mast-mounted camera. 1)Mast Extension = 30 (T); 50 (O) from ground level. 2)Limited guy wire (T); no guy wire (O). 3)Mounting able to mount and raise mast through the container or attached to the container to minimize the need for guy wires and foundation preps (T). c.Camera range requirement: 1)Day/Night camera: Detect targets 7 km (T), 10 km (O); Detect Personnel (PID) 7 km (T), 4km (O). d.Laser range finding capabilities: 1)Laser range finder capable of returning an azimuth and direction to a target at PID camera range (T). 2)Laser range finder capable of providing grid location of the target as well as designating the target for aviation assets (O). e.Low-light perimeter cameras: 1)8 each still perimeter cameras with 50 meter day/night range for low-light operations 2)1 each Pan/Tilt/ Zoom camera with a 300 meter day/night range (SAF range) 3)Cameras should be connected via cabling that allows for modularity. i.e., connections that comes in 50 meter sections that are extendable to 150 meters. f.Ability to emplace by a trained crew within 2 hours. g.Include all tools, cabling and support equipment to emplace, employ and maintain the system. h.The following are other desired capabilities if feasible: 1)Capability to link two or more small COP packages to a single control station for larger COPs. 2)Tripod mounted remote weapons capability, up to two per package, supporting medium crew-served weapons, controllable by the C2 node. 3)Simple, rugged unmanned ground sensors to cover dead space, able to communicate back to the surveillance package C2 node. 4)Gunfire detection capability able to be integrated into the C2 node. 5)Automatic cueing of lights and cameras to motion or movement around the COP. 6)Low fuel/alternative energy power generation to minimize resupply requirements. 3. DELIVERABLES. Specific information on industry capability to produce a system that can meet the requirements identified in paragraph 2 above, or otherwise solves the problem as stated above. Experience and information obtained from this request for information will be provided to Army Product Manager REF who will evaluate the information and feasibility of issuing a procurement action to resolve the stated problem. This is NOT a Request for Proposal. Companies who desire to participate in this market survey are encouraged to submit a white paper which supports the companys claim that it presently has the technology, qualifications, and capabilities to satisfy one or more of the performance and technical objectives described above. The white paper should discuss the companys ability to develop and or provide existing technologies that would provide the means for small units operating independent company-and platoon-sized combat outpost long-range surveillance and other force protection assets, and should provide a ROM (rough order of magnitude) price and its anticipated delivery for the solution proposed. The white paper should also discuss related company experience and include point(s) of contact. The white paper should be prepared in MS Word, limited to ten (10) pages, and submitted electronically to the contract specialist at thomas.marousek@us.army.mil. The company shall be responsible for any costs associated with preparing responses to this market research. All requests for further information must be made in writing or via email; telephone requests for additional information will not be honored. The government will review RFI submissions as they are received. The government reserves the right to close this RFI once they have received adequate response(s) to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD05/W91CRBRFI1001/listing.html)
- Place of Performance
- Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN01990679-W 20091024/091022235508-14e3dfe53e6a97439f6bfcc405c42fb2 (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 |