Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2013 FBO #4087
SOURCES SOUGHT

A -- USAF Imaging & Targeting Support (I&TS)-Request for Information - White Paper and Quad Chart Template

Notice Date
1/30/2013
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8620-13-R-3012
 
Archive Date
4/1/2013
 
Point of Contact
Kari A. Wedemeyer, Phone: 9372556898
 
E-Mail Address
kari.wedemeyer@wpafb.af.mil
(kari.wedemeyer@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
White Paper and Quad Chart Template FedBizOpps Request for Information FA8620-13-R-3012 USAF Imaging & Targeting Support (I&TS) CONTRACTING OFFICE ADDRESS: Department of the Air Force, Air Force Materiel Command, Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance and Reconnaissance (ISR) and Special Operations Forces (SOF) Directorate (AFLCMC/WI), ISR Sensors and Foreign Military Sales (FMS) Division (AFLCMC/WIN) Contracting Offices 2640 Loop Road West, Rm 215, Wright-Patterson AFB, OH 45433-7106, United States REQUEST FOR INFORMATION (RFI): USAF Imaging & Targeting Support (I&TS) Synopsis: AFLCMC/WIN manages the USAF Imaging & Targeting Support (I&TS) program supporting the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The GCWG manages and plans Air Force airborne GEOINT Capabilities Research, Development Test and Evaluation (RDT&E) investments. One of the key resources of the GCWG is the I&TS portfolio. The I&TS program identifies and provides limited funding to develop and demonstrate promising next-generation Air Force airborne GEOINT capabilities. A key focus of I&TS is on the airborne sensor phenomenologies which include Electro/Optical (EO), Infrared (IR), Spectral-Multispectral (MSI)/Hyperspectral (HSI), Ground Surveillance Radar (GSR), Full Motion Video (FMV) and Light Detection And Ranging (LIDAR). Purpose: In support of the I&TS program, AFLCMC/WIN is conducting market research across industry, academia and service/Government programs. The intent is to identify promising candidate programs/technology efforts with projected capabilities that may improve current and future Air Force airborne GEOINT sensors and end-to-end-functionality. Market research will help identify what research has been accomplished in the field of GEOINT, as well as technologies that currently exist or could be modified to fill a need. Although FY13 and FY14 funding is uncertain, I&TS managers are seeking 1 - 3 year projects that require funding of less than $1.5 million per year with Technology Readiness Level (TRL) between 4 and 6. AFLCMC/WIN seeks white papers and quad charts by 01 March 2013. All correspondence submitted will be protected and controlled as proprietary. After reviewing the submitted white papers, the Government may request technical exchanges and/or site surveys of respondents' facilities. This market research will potentially shape Air Force efforts in the FY15-24 timeframe. The Government anticipates the information received will be used to plan and program the required efforts to support airborne GEOINT objectives. I&TS candidates will be presented to the GCWG in the fall of 2013 for consideration. The submitted white papers should identify potential candidate programs and technology efforts related to the development and demonstration of GEOINT sensors, associated on-board data algorithms and components supporting a functional end-to-end GEOINT architecture. Components may include: electronics, gimbals, cryogenics, diffraction gratings, focusing lenses, focal plan arrays, readout integrated circuits, atmospheric and temperature correction algorithms/techniques, airborne processing, interference filters, spectrometer, high resolution imagery subsystems, etc. Components do not need to be part of an existing sensor system; research and development of these components may be ongoing independent of a full system. However, the focus of I&TS is on airborne (or on-board) GEOINT capabilities. Background: Candidate I&TS technologies may include persistent and/or wide area surveillance capabilities, on-board processing (vice ground processing) for multiple airborne platforms and sensor products to aid in rapid targeting (geolocation models, sensor-based exploitation tools, sensor networking capabilities). AFLCMC/WIN requests information on the following ISR capabilities that will: A. Support find, fix, track, target, assess for RPAs; B. Detect and/or characterize camouflaged, concealment and deception (CC&D) targets; C. GEOINT in anti-access, denied areas; D. Provide surveillance on open seas and littoral approaches; E. Detect, characterize and track dismounts in densely populated areas; F. Support Multi-INT collection in triple canopy jungle; G. Detect, ID and track personnel of interest; H. Collect and characterize information on underground facilities; I. Significantly exceed current bandwidth and onboard data storage requirements; J. Provide all-weather motion imagery. The following ground rules/assumptions apply: 1. For solely component technologies - clearly explain how the component will benefit end-to-end sensor operations and functionality 2. Candidate programs will be considered for integration with deployed airborne platforms operating at various altitudes to support specific operational conditions. They must be compatible with existing processing, exploitation and dissemination (PED) networks 3. If applicable, responses shall identify any new supporting architecture or infrastructure (i.e., cryogenics, processing/PED, computer resources, storage requirements, environmental requirements, ground control, communications, etc.) required for the technology 4. If applicable, responses must identify any Unique Tool and/or Peculiar Support Equipment (PSE), as well as any proven integration (have they been flown / tested?) 5. Responses must provide identify technical and security POC (name/telephone/e-mail) ============== Responses: The Government invites industry to submit White Papers and a Quad Chart at the unclassified or classified levels up to TS/SCI at any time on or before 01 March 2013. Guidance on the suggested White Paper and Quad Chart is attached. When submitting classified responses to this RFI, please ensure all appropriate security procedures and policies are followed. Please restrict White Paper page count to no more than 3 pages in length and submit electronically or via mail (regular mail for UNCLASSIFIED; Registered mail for SECRET to the points of contact stated below. Do not submit TS/SCI by mail, only on JWICS, and only if it is coordinated and approved by the appropriate government agency/sponsor. The Points of Contact for submittal of white papers are: Lt Josh Fehd (937) 255-6068/Mr. Chuck Gulley (937) 255-1728 AFLCMC/WINPA 2640 Loop Road West, Room 205 Wright-Patterson AFB, OH, 45433-7101 Any technical questions may be addressed by Lt Josh Fehd and Mr. Chuck Gulley as well as John Mitchell at (937) 255-3872. E-mail addresses: Unclassified depository: winpa.ITSDatacall@wpafb.af.mil Unclassified inquiries via NIPRNET: Joshua.fehd@wpafb.af.mil, Charles.gulley@wpafb.af.mil SECRET email via SIPRNet: Joshua.fehd@afmc.af.smil.mil, Charles.gulley@afmc.af.smil.mil TOP SECRET email via JWICS: Joshua.fehd@afmc.ic.gov, Charles.gulley@afmc.ic.gov This is not a Request for Proposal. The Government does not intend to award a contract on the basis of this announcement. Submitting capabilities and concepts in response to this announcement is voluntary, and participants shall not be compensated. The Contracting Officer is Ms. Sally (Sara) Meyer, AFLCMC/WINK, and is available by telephone at (937) 255-5011 or email at Sally.Meyer@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8620-13-R-3012/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02975693-W 20130201/130130234242-7934ab91bc737dabc5bb1781cdd66487 (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.