Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOURCES SOUGHT

67 -- RFI - 360 Degree Camera System

Notice Date
5/26/2010
 
Notice Type
Sources Sought
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410I5003
 
Response Due
6/17/2010
 
Archive Date
7/2/2010
 
Point of Contact
Fred Cartes 540-658-8469Elizabeth Clark 540-658-8824
 
Small Business Set-Aside
N/A
 
Description
360 Degree Camera System The Marine Corps Systems Command Mine Resistant Ambush Protected (MRAP) Detection Systems Program Office is issuing this Request for Information (RFI) to determine the availability of sources capable of providing a 360 Degree "eyes on" Camera System as both a Vehicle Optic Sensor System (VOSS) and a Portable Rapid Deployment Surveillance System(PRDSS). This RFI is for planning purposes only and is not a solicitation. Responses to this notice are not considered as offers and cannot be accepted by the Government to form a binding contract. The Government will not be responsible for any costs incurred by interested parties responding to this RFI. Any information the vendor considers proprietary should be clearly marked as such. The MRAP Detection Systems Program Office is seeking a manufacturer capable of providing the production, delivery, and sustainment of a vehicle and ground based 360 Degree "eyes on" Camera System. The MRAP Detection Systems Program Office anticipates the solicitation and contract award to service as many as ninety five (95) VOSS Camera Systems, thirty (30) PRDSS Camera Systems, and technical data packages from June 2010 to December 2010. This effort will be pursued as a Commercial-Off-The-Shelf (COTS) / Non-Developmental Item (NDI), firm fixed price, indefinite delivery / indefinite quantity contract pursuant to Federal Acquisition Regulation 2, which provides the standard definition of a COTS/NDI. The 360 Degree Camera System will be used by the Operating Forces in Afghanistan in support of situational awareness that is vital for detecting Improvised Explosive Devices (IED) and other types of threats. The 360 Degree Camera System effort will be initiated to produce and deploy a commercial type "eyes on" camera system that provides high quality color daylight imagery, night vision imagery, and thermal imagery. The camera system must be easy to use and require minimal training. The VOSS Camera System must be able to be integrated onto MRAP vehicle variants without compromise to the vehicles armor capability or other Government Furnished Equipment. The VOSS Camera System must operate in the minimum extended height of thirty feet (30) and a minimum height equal to the vehicles roof top. It is desirable for the VOSS Camera System to incorporate obstacle avoidance capability. The PRDSS Camera System must be a free standing system which can be deployed in rugged terrain and have a minimum extended mast height of thirty-two (32) feet. Additional 360 Degree Camera System requirements are as follows:?Stabilization in: Azimuth, Fine Azimuth, elevation, Fine Elevation?Pan Range: 360 Degrees Azimuth?Tilt Range: -120 Degrees to 120 Degrees Elevation?Electrical: Mil-Std-704D?Cooled and Un-cooled infrared thermal imaging?Night Vision Camera?High Resolution Color Camera The 360 Degree Camera System shall not be susceptible to electronic interference with tactical radio, radar or jammer systems and must operate reliably under austere conditions with environmental extremes of fine particulate dust and temperatures of -20 to +50 degrees Celsius. Support of the 360 Degree Camera Systems will be Contractor Logistics Support in worldwide locations as required, including areas where U.S. and coalition forces are engaged in military operations. Identified personnel will be required to meet CENTCOM MOD deployment requirements. Responses to this RFI should not exceed 10 pages and must contain at a minimum the following:?A positive statement of interest to submit a proposal as a prime contractor on a future solicitation for this service ?Evidence of at least three (3) recent experiences in work similar in type and scope to include contract numbers, project titles, dollar amounts, and percent of work performed, description of work performed, and points of contact with current telephone numbers. ?Telescopic capabilities, magnification capabilities, focal length capabilities, objective sizes, sensitivity, operational wavelengths, video display resolution, power requirements (startup vs. steady state [continuous]) for individual subsystems and total overall system level, overall system weight(s), Cool down time, field of view (FOV), detection capability, physical dimensions, system reliability, shock tests, time to operate, video output, detector type, sensor type, output of black hot and/or white hot, operating altitudes, environmental limitations, objective focus, elevation tilt range, laser range finder capability, laser illumination capability, laser category (eye safe?), data transfer rate, refresh rate, slew rate, data transmission capabilities, and stabilization (platform, optic) abilities. Responses are due by 17 June 2010. Both e-mail and mail submittals will be accepted. Please send e-mail responses to the Contract Specialist, Fred Cartes, at frederick.cartes@usmc.mil. Mailed responses should be sent to: Fred Cartes, Contract Specialist, JPO MRAP, 50 Tech Parkway, Suite 203 Rm 209, Stafford, VA 22556
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410I5003/listing.html)
 
Record
SN02161326-W 20100528/100526235554-4d96d3d6e9ce91d883b25fbe09f2876a (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.