Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2016 FBO #5258
SOURCES SOUGHT

16 -- Multi-Spectral Imaging and Targeting Sensor - GFI-Multi-spectral Imaging and Targeting Sensor

Notice Date
4/14/2016
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-16-RFPRFQ-PMA-275-0324
 
Archive Date
5/13/2016
 
Point of Contact
Michael Schrantz, Phone: 301-342-4385
 
E-Mail Address
michael.schrantz@navy.mil
(michael.schrantz@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Government Furnished Information.- Multi-Spectral Imaging and Targeting Sensor V-22 Multi-Spectral Imaging and Targeting Sensor Sources Sought 1.0 Introduction The Naval Air Systems Command (NAVAIR) in support of the V-22 Joint Program Office (PMA-275) is seeking sources to provide a multi-spectral gimbaled Electro-Optical/Infrared (EO/IR) sensor system for potential integration on one or any combination of the United States Marine Corps, United States Navy and United States Air Force (USMC/USN/USAF) V-22 aircraft. This announcement constitutes a Sources Sought Synopsis. This is NOT a Request for Proposals. The following information is provided to assist the United States Navy in conducting Market Research to determine potential contractors that have an interest in providing multi-spectral gimbaled EO/IR sensor system for the USMC, USN, and USAF V-22 aircraft. These requirements are subject to change and the information provided below is for informational purposes only. The final requirement will be defined under a formal Request for Proposal (RFP). 2.0 Disclaimer THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT SYNOPSIS. THIS SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A RFP OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCES SOUGHT. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. 3.0 Background The V-22 is a globally deployed long-range tiltrotor aircraft. The government is investigating the feasibility of integrating a multi-spectral imaging and targeting sensor system to be utilized for navigation, targeting, Intelligence Surveillance, and Reconnaissance (ISR), and Multi-Sensor Imagery Reconnaissance (MIR) in all V-22 mission profiles including low level navigation. The sensor system must be able to be integrated using an open system architecture able to support fusion and/or correlation with other aircraft sensors currently employed, ones that may be added in the future, and external sensor data received via digital interoperability. The sensor system integration must be able to support off-boarding data via digital interoperability. The system must be compatible with the environmental characteristics associated with this type of aircraft and minimize structural modifications to the aircraft. In order to demonstrate a sensor system in an operational environment to further inform requirements, invitations to participate in a fall 2017 Marine Aviation Weapons and Tactics Squadron One (MAWTS-1) Tactical Demonstration (TACDEMO) may be offered to up to 4 sensor system vendors who respond to this sources sought and express an interest in participating. As the sensors are planned to be demonstrated on a V-22 aircraft later this year, a technical readiness level (TRL) of 7 or higher is required. Sensors will be installed on the V-22 using common mechanical, electrical, and 1553 data bus interfaces currently under development. These interfaces are expected to be complete in June 2017. The common interfaces will include a sensor mount in the aft cargo hook well (hell hole) for a sensor up to18 in length X 22 in width X 15 in depth (diameter), a display(s), a controller and a recording device in the aft cabin. Available electrical connections will include 115VAC 400Hz- 7.5A, 115VAC 60Hz- 30A, and 28VDC- 50A. A 19 inch avionics rack will be provided that includes GPS, 1553 data bus, and intercommunications system (ICS) connections in the aft cabin. The government will provide these interfaces as government furnished equipment (GFE) and common interface drawings as government furnished information (GFI) to selected vendors. Industry participants that are invited to demonstrate their product at TACDEMO will be responsible for providing the sensor system, as well as any ancillary system interface hardware not provided in the government's common interface. Participation in the TACDEMO will be based on a sensor system(s) ability to meet the desired capabilities which will be provided as GFI in response to each vendor's Letter of Intent (LOI). A vendor's willingness and ability to provide MISP-2016.1 compliant Forward Looking Infrared (FLIR) video feed data (ex. SMPTE ST 296, SMPTE ST 292, SMPTE ST 274) and metadata (ex. MISB Standard ST 0601, MISB ST 0902) to be recorded during TACDEMO, and the software Interface Control Documents (ICDs) for the command and control interface to the EO/IR sensor will be a significant TACDEMO selection criteria. Sensors not selected for the fall 2017 TACDEMO will not be precluded from participating in future TACDEMOs or from participating in any future RFP, if any is issued. 4.0 Eligibility The applicable NAICS code is 336413 with a Small Business Size standard of 1,000 employees. The Product Service Code (PSC) is 1680. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0). 5.0 Requested Information Interested parties must first submit a Letter of Intent (LOI) with supporting documentation required to obtain authorization to receive GFI associated with this effort. GFI shall be provided to interested sources upon authorization (Paragraph 5.0). The LOI shall include the following information to verify credentials (do not submit classified information): 1. An UNCLASSIFIED description of the respondent's general capabilities to support this effort. 2. CAGE code, DUNS Number, and mailing address 3. Business size. Indicate whether you are a Large Business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. 4. POC information and mailing address to receive the GFI package 5. POC to receive additional information or clarification 6. POC for non-disclosure agreements (NDA) 7. Signed GFI NDA 8. Blank Copies of Respondent's NDA to give to an NDA Negotiation POC if that is so desired (see Paragraph 5.0 Data Markings for more details) 9. Describe your company's ability to manage and secure classified information After receipt of the GFI, NAVAIR expects to receive from each respondent an UNCLASSIFIED white paper, which contains a detailed description of the sensor system and supporting technical data. The sensor system white paper shall be written from a system solution perspective showing how the system, concept and development methodology could satisfy the desired capabilities provided as GFI in response to the LOI. The white paper is initially sought to preclude unwarranted effort on the part of the offeror prior to an initial assessment of the technical and operational feasibility of the concept by PMA-275. Each capability summary should include at a minimum: 1. Description of company's approach to satisfy the GFI requirements and to provide a multi-spectral imaging and targeting sensor for the V-22 aircraft variants. 2. Description of the company's experience with performing this type of effort. Include specific relevant technical and management experience performed in the past five (5) years with applicable contract numbers. 6.0 Responses Data Markings. In order to complete its review, NAVAIR must be able to share a respondent's information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data-Noncommercial Items (FEB 2014). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions (both the Letter of Intent (LOI) and the full response) must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. International Traffic in Arms Regulations (ITAR). If the respondent is a foreign concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. Letter of Intent (LOI). Responding parties must submit an unclassified LOI, not to exceed six single-spaced pages to Michael Schrantz at michael.schrantz@navy.mil no later than 4:00 PM EDT, 28 April 2016. Full Response (White Paper) Submissions. Full response (white paper) submissions to the above requested supporting data must be received no later than 4:00 PM EDT, 31 May 2016 to the following address - NAVAL AIR SYSTEMS COMMAND ATTN: Michael Schrantz (AIR-2.3.3.4.2) 47123 BUSE ROAD, BLDG 2272, SUITE 155 PATUXENT RIVER, MD 20670-1547 Provide full response via two hardcopies and two CD ROM with electronic media that is Microsoft Office 2010 compatible. It is requested that the response have a page limit of 15 pages, and must be in English. Classified information or material SHALL NOT be submitted. 7.0 Questions Questions regarding this sources sought can be directed to Michael Schrantz, michael.schrantz@navy.mil, 301-757-5279 8.0 Summary THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ALL SUBMISSIONS BECOME GOVERNMENT PROPERTY AND WILL NOT BE RETURNED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-16-RFPRFQ-PMA-275-0324/listing.html)
 
Place of Performance
Address: 47123 Buse Rd, Building 2272, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04084108-W 20160416/160414234443-5cec7799860b40f75cd045daebad2203 (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.