Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2014 FBO #4472
SOURCES SOUGHT

12 -- USMC M1A1 Main Battle Tank Second Generation Thermal Sight Circuit Card Replacement and Software/Firmware Upgrade

Notice Date
2/19/2014
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-14-I-6004
 
Point of Contact
Amy Anokye, Phone: 7034325915
 
E-Mail Address
amy.anokye@usmc.mil
(amy.anokye@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Marine Corps (USMC) is seeking interested sources capable of developing and producing Circuit Card Assemblies (CCAs) for the M1A1 Firepower Enhancement Program (FEP) Thermal Receiver Unit (TRU) and upgrading the FEP TRU software/firmware with enhanced signal processing. The FEP TRU utilizes advanced signal imaging software/firmware that performs Automatic Gain/Level, Enhanced Local Area Processing, Automatic Pixel Integration along with the standard thermal imaging software/firmware (focus, polarity, field of view change, reticle generation, boresight, symbology generation, and built in test). The Marine Corps is interested in enhancing the atmospheric turbulence mitigation, zipper detection and correction, and improved non Uniformity correction of the FEP TRU software/firmware. The FEP TRU is used on the USMC M1A1 Main Battle Tank in the Gunner's Primary Sight and provides the imagery to the Biocular Image Control Unit that enables the gunner and/or Tank Commander to detect and engage targets in a variety of battlefield conditions. It is a second generation thermal imaging system that is based on the Standard Advanced Dewar Assembly. The TRU has three (3) CCAs (video processor, scan control and personality module) that require respin due to obsolete components. The CCAs have to meet the form, fit, and functions requirements of the existing CCAs as well as the nuclear hardness requirements of the FEP Thermal Imaging System Performance Specification. The latter are classified at the Secret level and have a No Foreign distribution, therefore, vendor personnel and facility must be able to work on classified information at the Secret level. The classified performance specification can be obtained by providing a valid Defense Security Service issued CAGE Code to the Contracting Officer Representative, Mr. Jeff Barber, at jeff.barber@usmc.mil. The Marine Corps does not own the technical data package to any of the CCAs or the FEP TRU software/firmware. Information requested in response to this RFI includes: Rough Order of Magnitude (ROM) to design, respin, test and deliver five (5) sets of CCAs (one set consists of all three CCAs) from FY15 through FY16, ROM to procure up to 440 sets of CCAs from FY16 through FY18, and a ROM for the development and testing of the upgraded FEP/TRU software/firmware in FY 15. Vendors are also requested to identify any requirements which may drive excessive cost or technical risk. Interested sources are requested to respond no later than 2:00 PM local time on 20 March 2014 stating their CAGE Code, DUNS number, business size, NAICS and SIC Code, certification of the level of the facility security clearance, and complete corporate point of contact information. Responses should be submitted to the Contracting Office address below. Proprietary information shall be clearly marked. This RFI is for planning and market research purposes, therefore it shall not be construed as an invitation for bid, request for quotation, request for proposal, or as obligation on the part of the Government to acquire products or services. Responses shall be treated as information only as part of market research and will not be shared outside of the Government. All information shall be submitted at no cost or obligation to the Government, no entitlement to payment of direct or indirect costs or charges to the Government as a result of contractor responses to this announcement. Documentation provided will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-14-I-6004 /listing.html)
 
Place of Performance
Address: Contractor's Location, United States, United States
 
Record
SN03291520-W 20140221/140219234926-eda24aa19a40bb07aec1fea6d7290d43 (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.