Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
SOURCES SOUGHT

58 -- Product Manager Electro Optic Infrared Payloads (PdM EO/IR)

Notice Date
10/15/2015
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG - Aberdeen Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-16-R-EOIR
 
Archive Date
11/13/2015
 
Point of Contact
Ryan Welch,
 
E-Mail Address
ryan.p.welch2.mil@mail.mil
(ryan.p.welch2.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). Parties responding to this RFI are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. PdM EO/IR is conducting market research to determine the feasibility of industry to produce, upgrade/modify and sustain Electro-Optic/Infrared (EO/IR) sensors in support of unmanned aircraft systems (UAS), Rotary Wing Aircraft, Manned Aircraft and Aerostat systems, specifically EO/IR Sensor systems provided by L-3 WESCAM and known as the MX series of sensor systems (MX-10, 15, 20 & 25). These systems are currently operating on a multitude of U.S. Army platforms and other U.S. DoD customers. The Government is interested in approaches, facilities, resources, contractual relationships and other capabilities that may contribute to improved value to the Government in the procurement and sustainment of the MX series of sensor systems (MX-10, 15, 20 & 25). The vendor shall provide evidence that they can meet the following objectives related to production, modification, maintenance and sustainment support for the MX series of sensor systems. A. Production of Small Size EO/IR Sensor (MX-10DR & MX-10D) for Shadow UAS Program that meet the following Performance Objectives: Precision stabilized gimbal with inertial measurement unit (IMU) inside Integrated electronics unit, HD digital and analog video output Multi Sensor Payload: 1. Thermal imager, cooled 3rd Gen 3-5μm MWIR, SD 640 x 512 pixel, step zoom - 17.9mm, 78mm, 300mm FL, (30.02°, 7.04°, 1.83° FOV) 2. HD color CMOS imager, 5 megapixel, continuous zoom - 9mm to 154mm FL 3. Lowlight imager, EMCCD, 640 x 480 pixel, dual channel with HD color imager - 9mm to 154mm FL, (DL: 18.60° to 1.05° (36.26° to 2.10° w/extender), LL: 40.82° to 2.38° FOV) 4. CLIR (Combined Laser Illuminator / Range Finder) 860nm / 1.54μm. 0.6 mrad divergence 5. MX-10D ONLY-MLD (Miniature Laser Designator) 1.064μm, 0.325 mrad divergence, power @ 50 mj Tactical Grade Inertial Measurement Unit (IMU) Image Fusions that overlays the image from IR and EO to provide a higher resolution image Electronic Zoom, Spatial & Temporal Processing Picture in Picture (PIP) Auto Video Tracker (AVT) - Centroid, Correlation and Scene lock Algorithms Geo Package Data with Selective Availability Anti-spoofing Module (SAASM) interface Remote Control System (RCS) Interface, supports Ethernet, Fixed Internet Protocol (IP) Key-Length-Value (KLV) Metadata Transit Case Operator manual A warranty package for at least 12 months or 1000 hrs Turret paint color: military grey (FED-STD-595C, Color Code 36375) Weight: 43lb Power: 28Vdc, 3.6A (Avg), 21.8A @2mS (Peak) Dia.: 10.24 inches (Max) B. Production of Mid-Size EO/IR Sensor (MX-15HDi & MX-15DiD) for UH-72 Lakota, Enhanced Medium Altitude Reconnaissance and Surveillance Systems (EMARSS) and Guardrail Common Sensor (GRCS) that meet the following Performance Objectives: Precision stabilized gimbal with inertial measurement unit (IMU) inside Multi Sensor Payload - Heat Exchanger: 1. Thermal Imager: Type: 3-5μm staring array Fields of View: 26.7°, 5.4°, 1.1°, 0.36° 2. Daylight Zoom TV, HD, 2 megapixel CMOS (1920 x 1080) HD Sensor, 5 x 5μm pixel pitch, Continuous zoom lens - 13mm to 200mm (40.5° to 2.75° FOV) 3. Day/Night Spotter, Dual Day/Night Cameras behind Spotter Lens, Daylight TV, 2 megapixel CMOS (1920 x 1080) Sensor 4. Lowlight TV, CMCCD (960 x 530)-Spotter lens (1000mm), Dual Channel Type (0.55° FOV) 5. Laser Range Finder, eye safe - 1.54μm 6. Laser Illuminator, Narrow - 841 to 888nm, divergence - 1.5 x 1.0 mrad (H x V) 7. MX-15DiD ONLY-Dual Wavelength Laser Designator & Range Finder, 1064 nm / 1570 nm, divergence - 165μrad (10°C to +45°C) @1064nm Tactical Grade IMU Master Control Unit (MCU), integrated Advanced real-time image processing on all sensors Electronic Zoom, Spatial & Temporal Processing Auto Video Tracker (AVT), Circuit Card Assembly - Centroid, Correlation and Scene lock Algorithms KLV Metadata Hand Controller Unit (HCU) Transit Case and Service Stand Operator manual 12 months or 1000 hrs warranty Turret paint color: military grey (FED-STD-595C, Color Code 36375) Weight: 98lb Power: 28Vdc, 10A (Avg), 32.5A @350mS (Peak) Dia.: 15.60 inches (Max) C. Production of Large-Size EO/IR Sensor (MX-20HD & MX-20D) for Persistent Threat Detection System (PTDS) and Aerial Reconnaissance Low-Enhanced (ARL-E) that meet the following Performance Objectives: Precision Stabilized gimbal with inertial measurement unit (IMU) Multi Sensor Payload - Heat Exchanger 1. 15μm InSb High Definition Infrared (HDIR), (1280 x 720), Thermal Imager - (34mm, 170mm, 850mm, 1275mm FL), (31.54°, 6.46°, 1.29°, 0.86° FOV) 2. Daylight Continuous Zoom TV - 13mm to 200mm, 5 x 5μm pixel pitch- Daylight TV, 2 megapixel-CMOS (1920 x 1080) HD (40.5° to 2.75° FOV) 3. Day/Night Spotter, Dual Day/Night Cameras behind Spotter Lens, True HD-Daylight TV, 2 megapixel CMOS (1920 x 1080) HD Sensor, 5 x 5μm pixel pitch 4. Lowlight TV, EMCCD (960 x 530), 8 x 8μm pixel pitch-Spotter lens (3200mm), Dual Channel Type (600mm, 1200mm, 1900mm, 3200mm FL) (0.92°, 0.46°, 0.29°, 0.17° DL FOV and 0.73°, 0.37°, 0.23°, 0.14° LL FOV) 5. Laser Range Finder, eyesafe - 1.54μm 6. Laser Illuminator, Narrow - 830 to 890nm, divergence - 1.5 x 1.0 mrad (H x V) 7. MX-20D ONLY-Dual Wavelength Laser Designator & Range Finder, 1064 nm / 1570 nm, divergence - 165μrad (10°C to +45°C) @1064nm Tactical Grade IMU Master Control Unit (MCU), integrated Advanced real-time image processing on all sensors Electronic Zoom, Spatial & Temporal Processing Auto Video Tracker (AVT), Circuit Card Assembly - Centroid, Correlation and Scene lock Algorithms KLV Metadata Hand Controller Unit (HCU) Transit Case and Service Stand Operator manual 12 months or 1000 hrs warranty Turret paint color: military grey (FED-STD-595C, Color Code 36375) Weight: Turret - 200lb (Max), DMCU (Max) - 20lb Power: 28Vdc, 320W (Avg), 1000W for 5 secs (Peak) Dia.: 21.10 inches (Max) D. Production of Very Large-Size EO/IR Sensor (MX-25HD & MX-25D) for Persistent Threat Detection System (PTDS) that meet the following Performance Objectives: Precision Stabilized gimbal with inertial measurement unit (IMU) Multi Sensor Payload - with Heat Exchanger 1. 15μm High Definition Infrared (HDIR), (1280 x 720), Thermal Imager - (50mm, 250mm, 1250mm, 1875mm FL), (21.74°, 4.4°, 0.88°, 0.58° FOV) 2. Daylight Continuous Zoom TV - 13mm to 200mm, 5 x 5μm pixel pitch-Daylight TV, 2 megapixel CMOS (1920 x 1080) HD (40.5° to 2.75° FOV) 3. Daylight and SWIR with Dual Channel Spotter Lens-Daylight TV, 2 megapixel CMOS (1920 x 1080) HD Sensor, 5 x 5μm pixel pitch, Spotter lens (3200mm), Dual Channel Type (600mm, 1200mm, 1900mm, 3200mm FL) 4. Short Wave Infrared, SWIR InGaAs Sensor (640 x 512), 15μm pixel pitch (0.92°, 0.46°, 0.29°, 0.17° DL FOV and 1.07°, 0.69°, 0.43°, 0.26° SW FOV) 5. Laser Illuminator, Narrow - 830 to 890nm, divergence - 1.5 x 1.0 mrad (H x V) 6. MX-25D ONLY Dual Wavelength Laser Designator & Range Finder - ED, 1064 nm / 1570 nm, divergence - 115 μrad (0°C to +45°C) @1064nm Tactical Grade IMU Master Control Unit (MCU), integrated Advanced real-time image processing on all sensors Electronic Zoom, Spatial & Temporal Processing Auto Video Tracker (AVT), Circuit Card Assembly - Centroid, Correlation and Scene lock Algorithms KLV Metadata Hand Controller Unit (HCU) Transit Case and Service Stand Operator manual 12 months or 1000 hrs warranty Turret paint color: military grey (FED-STD-595C, Color Code 36375) Weight: Turret - 260lb (max), DMCU - 20lb (max) Power: Turret - 28Vdc, 500W (Avg), 1100W for 5 secs (Peak) DMCU - 28Vdc, 2.0A (Avg), 2.5A (Peak) Dia.: (MAX) 25.80 inches E. Upgrade/Modification to Existing MX Series of Sensor Systems (MX-10, 15, 20 & 25) that meet the following Objectives: The contractor shall modify existing MX Sensors to a standard baseline configuration(s) in order to achieve commonality across the MX series of sensor systems (MX-10, 15, 20 & 25) existing fleet. Modifications would include converting Standard Definition sensors to High Definition sensors, inclusion of Laser Designator and image processing enhancement. All modifications require production testing performed by the contractor to verify performance. F. Maintenance and Sustainment Support of Existing MX-10/15/20/25 Sensors that meet the following Objectives: Depot level capabilities must include depot level or lower levels of repair that can support both sensor damaged during standard utilization of the sensors and non-standard utilization such as damage during shipment, crashes, aircraft hard landings or battle damage. Support capabilities must be tailor able to a range of system Operational Availability (Ao) levels. Approaches must also address a flexible capability to support an expanding fleet of MX-10/15/20/25 Sensors with multiple sensor or platform configurations in locations around the world. All material submitted in response to this RFI must be unclassified. Responses are due 14 calendar days from date of posting of this RFI. Interested parties possessing the capacity to deliver and sustain sensor system that meet the performance objectives outlined above are requested to provide a response in electronic format (Microsoft Office 2007 or higher Suite format) describing the approach to meet the objectives established above and should address the following items: 1. Company Name, Contact Name, Position, Telephone, E-mail, Cage Code, Company URL 2. Capabilities to produce systems with a low risk approach to meeting the performance objectives outlined above. Include lead time to first unit delivery and maximum production rate per month. Include suggestions for acceleration of system delivery, test, qualification, economical ordering quantities, economical range quantity breaks, realistic schedules for production ramp up and surge quantities, and monthly production sustainment quantities. Include information about the current level of environmental qualification and Electromagnetic Interference testing of the system being described as well as its predicted or actual reliability (e.g. Mean Time between Failure (MTBF) with supporting data that validates reliability claims. Provide sufficient documentation to support any claims that the system performance will meet the minimum performance capabilities contained herein. 3. Outline of supply chain considerations with emphasis on any known long lead items that may adversely impact sensor repairs in an accelerated environment and strategies to overcome potential parts obsolescence problems. Supply chain considerations for new sensor production should also be addressed. 4. Technical management approach including product and component designs, configuration management, and platform integration support provided, engineering change proposals, test data and integration between sensors and platforms. 5. Rough Order of Magnitude price estimates for a system that meets the performance objectives listed above, repair services (at each level), spare components and training. 6. Provide an assessment of the associated risks for the program and respective risk mitigation approaches. 7. Corporate capabilities ( i.e., available facilities and assets to include existing production and repair facilities, total available square footage to include additional floor space available for expansion, amount that could be dedicated to the program; quality management programs, manufacturing process controls and configuration management control systems) and company profile (i.e., company type, US or non-US ownership,, DUNs number, size and status as listed in the Central Contractor Registration). 8. Past and current relevant performance information. RFI Data Analysis Request 9. The availability of the MX sensor Technical Data Package that would be used by the Government to produce the system and sustain the system. 10. Confirmation that your company has the technical data package for the MX-10 and MX-15 Sensor and if the technical data package is available for sale to the US Government. 11. Availability of a "Production Representative" sensor that meets the performance objectives outlined above and date when it will be available to demonstrate to the Government? In addition to the above, responses shall provide a solution to the below notional scenario. This response should include: consideration of intermediate level repairs, depot level repairs, repair facility capacity and locations, repair turn-around times for standard/non-standard/planned maintenance and Mean Time between Failures (MTBF). The approach should also address the strategy for transportation, bench-stock, special tools and test equipment, as well as any recommended teaming (subcontractor relationships and existing government partnerships). Approaches should address a flexible capability supporting an expanding fleet of EO/IR sensors on multiple sensor or platform configurations and locations around the world. Given the below information, explain what Lifecycle sustainment, repair and management approach and Administrative and Logistics Delay Time (ALDT) is required to best support the required Operational Availability (Ao) and how the respondent would accomplish this within the Army's doctrinal two level maintenance concept. 1. Required Ao of 95% 2. 6,000 hours per year per sensor 3. Total inventory of 100 sensors (50 operational, 50 spares) 4. Location: CENTCOM Southeast Asian Area of Responsibility (AOR) 5. Concept: 2-level maintenance concept (Forward Intermediate Repair Capability and Rear Depot Repair Capability). 6. List any established and operating Outside Continental United States (OCONUS) repair facilities that your company currently has access to and is repairing MX Series of Sensors to include MX-10 and or MX-15 sensor systems. Send responses via email to MAJ Ryan Welch @ ryan.p.welch2.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/63c4df53b44c7834b404e39649a6a2e4)
 
Record
SN03922541-W 20151017/151015234448-63c4df53b44c7834b404e39649a6a2e4 (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.