Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 26, 2014 FBO #4505
MODIFICATION

99 -- Field Artillery Survey System Technology

Notice Date
3/24/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN14X0721
 
Response Due
4/30/2014
 
Archive Date
5/30/2014
 
Point of Contact
Tara Elms Henderson, 973-724-4672
 
E-Mail Address
ACC - New Jersey
(tara.e.henderson2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Purpose: The Army Contracting Command (ACC) New Jersey, Picatinny Arsenal, NJ 07806-5000 is conducting a Market Survey on behalf of the Joint Program Manager Office Towed Artillery Systems (JPMO-TAS) and Research Development and Engineering Command - Armament Research Development and Engineering Center (RDECOM-ARDEC) to identify and demonstrate technology currently available to provide a future Field Artillery (FA) survey system capability in the smallest configuration. Description: This Sources Sought is for planning purposes only and shall not be construed as a solicitation or an obligation on the part of JPMO-TAS or RDECOM-ARDEC. The purpose of the future FA Survey System is to provide a self-contained, modular, surveying capability that can rapidly determine accurate position, elevation, and azimuth when used in ground survey operations. GPS aiding is desired but the system must also be able to provide the survey capability without the assistance of GPS information. The proposed system must have the capability to provide Survey Control Points for common survey for weapons and target acquisition systems, determining the true or grid azimuth lines used for orientation. The intent of this Sources Sought is to identify vendors that have available technology capable of meeting the current FA survey requirements in a smaller form factor (size and weight) and with the capacity of being upgraded to meet future emerging requirements. For each available technology, interested vendors are requested to provide a white paper summarizing their proposed system capable of meeting the specified requirements. Vendors submitting responses to this source sought will be invited to present their proposed system in late May 2014 to Fort Sill, Oklahoma. Details on the date(s) for the presentations will follow dependent upon the quantity of responses received to this sources sought..Additionally, interested vendors will have the opportunity to demonstrate their technology in August 2014 at Fort Sill, Oklahoma. Scheduling information for the demonstration will be provided through separate communication to vendors interested in participating. a. Design Description. All interested vendors are requested to provide a brief description of their system, including a list of the major design elements, a description of the integration and interface of the components of the system. b. Technical Requirements. All interested vendors are requested to provide an assessment of their proposed design which minimizes total system size and weight while meeting the following technical requirements and be prepared to demonstrate the capability during the demonstration phase. The table in the attachment lays out the accuracy requirements for Horizontal, Vertical and Elevation location and the Latitude parameters. If the vendor provides an inertial system, this table shows the allowable times for Zero Velocity Update frequency. It is desired that this time be extended out as much as possible and still meet these accuracies. - The system must be capable of operations and survivability in a military environment. - The system must be able to store all current datums and allow for storage of two manually input datums. System must be able to select datum at power up and change datums during operation without system power down or re-initialization. - The system must be air droppable and capable of being employable and transportable in a wide range of ground and air platforms. - The system must be capable of being configured for simple and rapid exchange between supporting platforms without permanent modification to the platform or itself. - The system must be able to display position location as UTM grid coordinates or geographic coordinates. Direction must be displayable in mils, degrees, or decimal degrees. - The system must capable of restart within 5 minutes from inadvertent shutdown. - The system must be capable of using the host platform's electrical power to operate. The system must possess an internal battery to power the system when not powered by the host platform. This internal battery shall be charged by the host platform or any military 24V power supply. - The system should be as lightweight as possible and still meet the requirements and be operable by selected personnel (Military Occupational Specialty immaterial) with minimal training. c. Design Readiness. All interested vendors are requested to provide an assessment and demonstrate the technical and manufacturing readiness of their design. If the design is in production, all interested vendors are requested to provide a summary statement on the number of units produced. If a vendor's design does not meet any specified requirement the vendor should indicate what performance their system could meet. Additionally, vendors are requested to identify potential performance trades to obtain significant weight/cost decrease. d. GPS M-Code compliance. All interested vendors are to provide an assessment and demonstrate their designs current and future compliance with GPS-M code. e. Cost. All interested vendors are requested to provide a Rough Order Magnitude of the projected costs of their design in the following areas: - Non Recurring Engineering and Qualification - Unit Production Cost for quantities of 1 to 100, 100 to 500 and 500 to 1,000 units. - f. Demonstration. Vendors submitting white papers may have the opportunity to demonstrate the components of their system, major design elements, integration and interface annotated in the white paper during the follow-on demonstration period of this Market Survey. Systems participating in the demonstration will be used to conduct survey tasks such as mark Survey Control Points (SCPs) and establish azimuth control to be used by a firing battery. Written responses to this Sources Sought are requested to be delivered by 30 April 2014 and vendors will have the opportunity to present the response to the Government in late May 2014 at Fort Sill, Oklahoma. Additionally, responders may participate in a Government hosted demonstration of their technological solutions in August 2014 at Fort Sill, Oklahoma. The capability of the proposed system will be assessed by the Government as part of the demonstration. The results of the assessment will be provided only to the vendor for each assessment. The assessment is not a Government source selection evaluation or qualification effort, and any such effort by the Government to validate, approve, evaluate or select a vendor for the Future of Survey will be accomplished by a formal solicitation. At the time of the demonstration, vendors are requested to present further information on the incremental and future capabilities of their system. However, continuation of this effort past the initial Sources Sought and demonstration is discretionary and the Government is under no obligation to issue a follow-on Sources Sought or Request for Proposal (RFP). Participation or non participation in this Sources Sought or the potential demonstration will not prejudice a vendors' ability to participate on a resultant RFP if a resultant RFP is issued. Submissions of designs that are not fully compliant with all requirements are also encouraged so that JPMO-TAS and RDECOM-ARDEC may assess the capabilities of all currently available technologies. The Government recognizes that proprietary and/or classified data may be a part of this effort. If so, clearly mark such restricted/proprietary and classified data and present them as an addendum to the nonrestricted/non-proprietary and unclassified information. As a result of this Sources Sought, a Request For Proposal (RFP) may be issued to develop a fully compliant system. A full specification will be released if and when there is follow on procurement activity. Participation in this Sources Sought, or the demonstration is completely voluntary by the vendor and as such all costs, to include but not limited to, drafting white paper, participating in demonstration, travel, lodging, demonstration and equipment preparation, are to be borne by the participating vendor. All interested sources are encouraged to submit their abilities/capabilities no later than 30 April 2014 to: Tara Elms Henderson ACC-NJ-JA Bldg. 9, Picatinny Arsenal, NJ 07806-5000; email: tara.e.henderson2.civ@mail.mil. Please include company name, address, telephone number, point of contact, brochures/literature, etc., and any prior performance relating to this equipment. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. As stated above, please be advised that the government will not pay for any information submitted under this announcement. Electronic submittals are preferred. QUESTIONS AND ANSWERS: 1. Horizontal and vertical location are stated on the table, is it a requirement for the target accuracy or the survey unit position accuracy? The requirement is for survey device accuracy. 2. Azimuth - what measurement unit is referred to? Is it mils? Azimuth requirements are in mils. (typographic error on table) 3. What is the required target location accuracy? That information is not relevant to this discussion. The device sought is a survey instrument for providing survey information not a weapon system. 4. What is the required accuracy in elevation? That information is contained in column three of the table attached to the Sources Sought. 5. What is the survey maximum range? The desired radius of operation from the initialization point is 100Km.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3a7e91a215c1c56cb87e63d4004aaa88)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03318584-W 20140326/140324234727-3a7e91a215c1c56cb87e63d4004aaa88 (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.