SOURCES SOUGHT
59 -- Vehicle Optics Sensor System
- Notice Date
- 10/18/2010
- Notice Type
- Sources Sought
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- CECOM Contracting Center,Washington (CECOM-CC), ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY-11-Q-VOSS
- Response Due
- 11/2/2010
- Archive Date
- 1/1/2011
- Point of Contact
- Karen Travis, 703.704.0813
- E-Mail Address
-
CECOM Contracting Center,Washington (CECOM-CC)
(karen.travis1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Contracting Command, CECOM Contracting Center Washington is seeking sources on behalf of Product Manager for Countermine and Explosive Ordnance Disposal (PM CM & EOD), for the procurement of spare and repair parts and sustainment services, to include integration and installation of existing systems on new platforms, for Vehicle Optical Sensor Systems (VOSS) produced by Lockheed Martin Gyrocam Systems, LLC. The VOSS allows ground troops to engage in stand-off route clearance activities and long range surveillance of insurgent personnel activities. The VOSS consists of a surveillance system possessing day color camera, an intensified low light level TV camera (LLLTV), a thermal camera, with zoom capabilities, pointing, with stabilization capabilities assuring high image quality when the vehicle is running or on the move; a Controller that serves as the interface between the user and system; a ruggedized monitor that displays imagery; and telescoping capability that raises and lowers the camera system; a Digital Video Recorder that records images for later use; and a processor that integrates and links the various subsystems together, and a laser range-finding capability. The VOSS is mounted on various Medium Mine Protection Vehicles (MMPVs) and is in use while on the move, traveling at speeds up to 35 kph. VOSS enables route clearing teams riding on MMPVs to detect, locate, analyze and engage suspected Improvised Explosive Devices (IEDs) from a safe distance, as they patrol and secure roads for patrols or supply convoys. It is expected the maximum quantity purchase for the spare and repair parts and associated installation and training support will not exceed $465.4M over a 5 year period of performance. Production and Delivery. The contractor shall procure and deliver spare and repair parts for the currently fielded VOSS. Integration Design and Installation Instructions. The contractor shall deliver a detailed design for integrating the VOSS onto specified vehicles. The contractor shall deliver detailed installation instructions that specify all mechanical, electrical and pneumatic interfaces, templates for all welding, drilling, cutting and mounting requirements, cable routing diagrams, connectors and bundling wires. Installation at OCONUS and CONUS Locations. The contractor shall install the VOSS on to the specified vehicles at sites designated by the Government at various CONUS and OCONUS locations. The contractor shall provide a VOSS Vehicle Installation Kit (VIK) specific to each vehicle type. The VIK consists of unique connectors, brackets, mounting plates or other hardware and templates for all drilling and mounting requirements that are required to install, mount, and secure the VOSS on a specific vehicle platform. The contractor shall provide all necessary tools, equipment and power sources to perform the installations. Sustainment. The contractor shall provide training and associated support to operators and maintainers, as directed by the Government. The contractor shall provide follow-on training at CONUS and OCONUS locations, as directed by the Government. All responsible sources capable of supporting VOSS in the above areas (spare and repair parts, integration, installation, and sustainment services) are requested to submit a White Paper outlining a description of the contractors experience in providing spare parts and performing maintenance and training services for currently fielded detection systems in wartime and organizational capabilities. Responses shall be no longer than 10 pages. This notice is not a Request for Proposal and the Government does not intend to pay for information submitted. No contract award will be made on the basis of responses received; however, the information will be used in the assessment of capable sources. It is desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. All questions and white papers must be submitted via e-mail within 15 calendar days of the date of this notice to Karen Travis, Contract Specialist, at karen.travis1@us.army.mil. The subject of the mail message shall be: W909MY-11-Q-VOSS Market Research Response, Your Companys Name. No telephonic inquiries or requests will be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4f7a51d372b7f28bbe5379d8b244f33f)
- Place of Performance
- Address: CECOM Contracting Center,Washington (CECOM-CC) ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN02312427-W 20101020/101018233702-4f7a51d372b7f28bbe5379d8b244f33f (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 |