SPECIAL NOTICE
58 -- SOURCES SOUGHT - Long Range Multi-Sensor EO/IR Stabilized Gimbal with Multi-Function Laser Designator/Rangefinder/Illuminator, High Definition Full Motion Infrared and Visible Video and High Accuracy Target Location Systems - 15SNB28_spec note
- Notice Date
- 2/18/2015
- Notice Type
- Special Notice
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016415SNB28
- Archive Date
- 5/4/2015
- Point of Contact
- Vonda Pollock, , Mr. Brian Tussey, Phone: 812.854.5174
- E-Mail Address
-
Vonda.Pollock@navy.mil, brian.tussey@navy.mil
(Vonda.Pollock@navy.mil, brian.tussey@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 15SNB28_spec note N00164-15-S-NB28 - SOURCES SOUGHT - Long Range Multi-Sensor EO/IR Stabilized Gimbal with Multi-Function Laser Designator/Rangefinder/Illuminator, High Definition Full Motion Infrared and Visible Video and High Accuracy Target Location Systems - FSG 5855 - NAICS: 333314 Issue Date: 18 February 2015 Closing Date: 18 March 2015 MARKET SURVEY - SOURCES SOUGHT SYNOPSIS - The United States Government (USG) is issuing this sources-sought announcement as part of a market survey. The Crane Division, Naval Surface Warfare Center (NSWC Crane) is seeking information for market research purposes relative to Multi-Sensor Gimbaled Electro-Optical/Infrared (EO/IR) stabilized targeting systems. Request for information (RFI) is sought for Multi-Sensor Gimbaled Electro-Optical/Infrared (EO/IR) stabilized systems that provide all of the capabilities listed below. Furthermore, this RFI is seeking information on systems particularly suited for large aircraft airborne military applications. System constraints are a maximum "ball" diameter of 30 inches and turret weight up to 300 lbs. The offeror shall submit a white paper on their system capabilities to enable an evaluation of the system requirements below. The white paper can be supplemented with other briefing materials, interface control documents (ICD) and related documents. System capabilities should meet the following Thresholds and Objectives. C-130J Compatibility: The Multi-Sensor Gimbaled system shall be compatible with the C-130J aircraft capabilities including shock and vibration, altitude, air speed, and other environmental characteristics associated with this type of aircraft. The system shall be compatible with existing and modified hardware mounting and data interfaces. Fire Control System compatibility: The system shall be compatible with the USSOCOM Precision Strike Package mission system. Compatibility requirements include high data rate communication, video, data, command and control, interlocks, and safety systems. Multi-Sensor capability: The sensor system shall have simultaneous output of four or more camera systems including EO Color daylight, Infrared (Long Wave, Mid Wave, Short Wave), and Low Light capable cameras. Each camera shall have multiple field of views (FOV) to enable airborne surveillance and targeting capabilities. The camera systems shall be capable of detecting and decoding tactical overt and covert marking devices. Objectives of the sensor systems include continuously variable Field of View (FOV), visibility and illumination capability through haze and other reduced visibility conditions. High Definition Video capability: The sensor camera outputs shall utilize commercial standards for both High Definition (HD) format of 1080p or better and Standard Definition (SD) formats. Target Tracking: The sensor system shall have the capability to perform high accuracy target locating and tracking. Tracking capability shall be both manual and automatic. Geo-Targeting: The system shall provide all necessary Line-of-Sight (LOS) pointing data to allow accurate weapons delivery. The system shall be capable of geo-location and providing sensor generating data to other aircraft systems. Multi-Spectral/Multi-band/Multi-Function Lasers including Weapon Designators and Illuminators/Markers: The sensor system shall have laser capabilities including multi-spectral pointing (visible and infrared), laser rangefinding and laser designating. Additional objectives include covert area illumination. Responses should also provide budgetary rough-order of magnitude (ROM) unit pricing and production lead time. Responses should provide environmental & safety qualification testing summary, estimated or actual mean time between system failures, and any other product literature that might be useful in market research. The Technical Readiness Level (TRL) and Manufacturing Readiness Level (MRL) shall be provided along with the quantity of exact items previously sold to the DoD, Government Agencies and other customers. If similar items have been sold, provide details delineating all differences. All interested parties should submit an initial synopsis (commonly referred to as "white paper"). Offerors should submit the white papers electronically to the Naval Surface Warfare Center, Crane Division, Crane point of contact below NLT 04:00 PM EST 18 MAR 2015. White papers may be submitted any time prior to expiration of this announcement. Submittals after this date will still be accepted, although there is no guarantee they will be evaluated. It is requested that A 3-D model file of the outer surfaces of the units presented be provided in the Initial Graphics Exchange Specification (IGES) or ISO 10303-21 (also known as STEP) formats to allow for evaluation of size and fit. This Request for Information (RFI) is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a Request for Proposals (RFP). The Government does not intend to pay for any information furnished pursuant to this RFI. Nor is the Government tasking any offeror to develop any technologies described herein. This announcement does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Responses to this notice cannot be accepted as offers. The U. S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Nothing in this announcement constitutes an obligation on the part of the U.S. Government. Any information provided that is marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. The Government may elect to visit, or host a visit, from any potential sources following the market survey. Your interest in this program is appreciated. Limit white paper responses to 25 pages written (Times New Roman, 12 font) or MS PowerPoint slides. If necessary, additional pages for technical drawings and data are allowed (Additional material provided does not count towards the 25 page limit for the white paper submittal). Responses to all or part of the above RFI will be accepted. Proprietary information shall be clearly marked. Responses to this RFI that indicate that the information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only. The Government will NOT be responsible for any proprietary information not clearly marked. Responses to the RFI shall include the following: Submitter's Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) POC Telephone and facsimile numbers Announcement Number: N00164-13-S-NB28 Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Responses received after the closing date may not be considered in the government's analyses. You may submit corporate expertise information if you would like to be considered a possible interested source. We may contact RFI respondents to get clarification on the information submitted. Please provide responses to Electro Optics Division Technical Point of Contact, Mr. Brian Tussey to the following address: NSWC Crane, 300 Highway 361, Mr. Brian Tussey - Code JXQL - Building 3291, Crane, Indiana 47522 by 18 MARCH 2015. Provide a courtesy copy to Vonda Pollock (Contract Specialist). Interested parties may also submit supplemental hardcopy materials such as brochures, CDs, etc. to Crane Division, Naval Surface Warfare Center, Code JXQL (Attn: B. Tussey), Bldg. 3291, 300 Highway 361 Crane, IN47522-5001 and Code 0231 (Attn: V. Pollock), Bldg 3373, 300 Highway 361, Crane, IN 47522-5001. The following point of contact is provided for information regarding technical issues: Mr. Brian Tussey, Phone 812-854-5174, email: brian.tussey@navy.mil. NSWC Crane Contracting Office Point of Contact is Ms. Vonda Pollock, email: vonda.pollock@navy.mil, Phone 812-854-3683. Please reference announcement number N00164-15-S-NB28 in all correspondence and communications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016415SNB28/listing.html)
- Record
- SN03644918-W 20150220/150218234959-29197a976799a33cd147375ba207f447 (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 |