MODIFICATION
67 -- Mult-Sensory Pan Tilt Imaging System
- Notice Date
- 6/14/2010
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- RDECOM Contracting Center - Aberdeen (RDECOM-CC), ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRBRFI1006
- Response Due
- 6/22/2010
- Archive Date
- 8/21/2010
- Point of Contact
- Tom Marousek, 410-278-2187
- E-Mail Address
-
RDECOM Contracting Center - Aberdeen (RDECOM-CC)
(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 a Multi-Sensory Pan Tilt Imaging System for the Rapid Equipping Force (REF). 2. REQUIREMENTS The desired system must meet the following minimum salient physical functional characteristics: 2.1 Pan Tilt Positioner or equal. 2.1.1 360 degree continuous rotation 2.1.2 User adjustable preset Pan/tilt tours 2.1.3 Adjustable speed settings 2.1.4 Bolt flat surface base mount 2.2. Thermal payload or equal. 2.2.1 320x240 uncooled optic or equal 2.2.2 Thermal Digi-zoom 1 to 10 X continuous 2.2.3 Color imaging for target discrimination 2.2.4 Image polarity control 2.2.5 Onscreen menus 2.2.6 Range to target estimator 2.2.7 GPS/Vector company with onscreen display of positioning and heading 2.3 CCD Payload or equal 2.3.1 High Performance 640x480 visual camera system 2.3.2 26x optical and 12x digital zoom 2.3.3 Auto focus 2.3.4 Auto Image adjustment 2.3.5 Electronic zoom control 2.4 Power requirements or equal 2.4.1 Able to accept power of 220 V AC 2.5 Control Component or equal 2.5.1 Rugged military hand controller 2.5.2 Can be operated with protective gear on 2.5.3 Control of camera functions by switches 2.5.4 Control of camera functions via onscreen menus 2.6 Monitor 2.6.1 Color LCD dual input 2.6.2 All weather 10 inch minimum display compatible with MIL STD 8-10F. 2.7 Cables and Wiring 2.7.1 Cables required to connect all components together. 2.7.2 Cables to connect the equipment into a 220 volts AC power source. 2.8 In addition, please address the following questions in your submission: 2.8.1 How soon after contract award can your system be delivered? 2.8.2 Have all of the components of the system proposed previously been approved by the Army Test and Evaluation Command (ATEC) or equivalent testing facility? 2.8.3 Is a manufacturers supporting technical manual included? Is a CD ROM version of the manual included? 2.8.4 Is a pre-priced recommended list of spare parts available? 2.8.5 Is a warranty available? If so what are the terms? Additional Information: Question - What is the expected quantity that may be purchased under this solicitation if it was to go forward? Answer - TBD. Question - What environment will the systems be subjected to as far as weather, sand, dust, and shipments? Answer - For submittal, assume enviornmental conditions simliar to Iraq/Afghanistan. Question - How would the Government like the systems supported? Who will operate and maintain them? Answer - TBD. Respondent recommendations as to how this would best be accomplished will be reviewed. Question - What are the range performance requirements (Detection, recognition, and identification) Answer - The systems should be able to identify prospective intruders, physical objects, animals, etc. at a minimum range of 1000 meters. 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 described. 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. Companies should also provide a ROM (rough order of magnitude) price and 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/notices/a81f57e8ecd6c1214f7105423603ea28)
- Place of Performance
- Address: RDECOM Contracting Center - Aberdeen (RDECOM-CC) ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN02177088-W 20100616/100614234837-a81f57e8ecd6c1214f7105423603ea28 (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 |