SOURCES SOUGHT
12 -- USMC M1A1 Main Battle Tank Second Generation Thermal Sight System and LAV-25 Improved Thermal Sight (ITSS) Systems Technical Support
- Notice Date
- 4/2/2015
- 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
- M67854-15-I-6008
- Archive Date
- 5/19/2015
- Point of Contact
- Eliana CW York, Phone: (703) 432-5739, Lynn Y Frazier, Phone: (703) 432-8709
- E-Mail Address
-
eliana.york@usmc.mil, lynn.frazier@usmc.mil
(eliana.york@usmc.mil, lynn.frazier@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- The Product Manager (PdM), Tank Systems, Marine Corps System Command is conducting a Sources Sought Market Survey in accordance with FAR Part 10. PdM Tank Systems is seeking sources that can address the needs of the United States Marine Corps (USMC) to provide System Technical Support (STS) to the M1A1 Firepower Enhancement Program (FEP) and LAV-25 Improved Thermal Sight System (ITSS). The FEP system consists of the following modules; Thermal Receiver Unit (TRU), Biocular Image Control Unit (BICU), Embedded North Finding Module (ENFM), and Power Conditioning Unit (PCU). These modules make up the second generation thermal imaging system in the tank and also enable the gunner and/or Tank Commander to perform Far Target Location. The ITSS system consists of the following modules; Sight Assembly, Sensor Unit, Cooler/Detector Assembly, Control Panel Assembly, Biocular Display Unit, North Finding Module, Eyesafe Laser Rangefinder Assembly, Power Filter Unit, Power Booster Unit, Electronic Head Mirror, and Hand Control Unit. These modules make up the second generation thermal imaging system in the LAV-25 and also enable the gunner and/or Vehicle Commander to perform Far Target Location. It is envisioned that the USMC will need to support the FEP and ITSS modules until 2027 if not longer. PdM Tank Systems is interested in upgrading the FEP and ITSS software/firmware to enhance system performance, improve symbology, or provide/incorporate new outputs/inputs from other systems in the M1A1 and LAV-25. The STS effort will also address obsolescence issues of the modules as components are no longer available. The FEP and ITSS are second generation thermal imaging systems that are based on the Standard Advanced Dewar Assembly (SADA II). For the FEP system, any upgrades or redesign work have to meet the nuclear hardness requirements of the FEP Thermal Imaging System Performance Specification. The nuclear hardness requirements are classified at the Secret level and have a No Foreign distribution. Vendor personnel and facility have to be able to work on classified information at the Secret level. Vendors are required to have a valid CAGE Code provided by the Defense Security Service. The Marine Corps does not own the technical data package to any of the FEP or ITSS modules. The FEP and ITSS utilize 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 upgrading the FEP and ITSS software/firmware with the following enhancements; atmospheric turbulence mitigation, zipper detection and correction, improved non uniformity correction, and increased built in test. The Marine Corps does not own the FEP or ITSS software/firmware. Information requested in response to this Request for Information (RFI) includes: Capabilities statement and Rough Order of Magnitude for the development and testing of the upgraded FEP/ITSS software/firmware, 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/M67854-15-I-6008/listing.html)
- Place of Performance
- Address: N/A, United States
- Record
- SN03687826-W 20150404/150403000508-60fc608cd51d35d5bff3e48d774b2648 (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 |