SOURCES SOUGHT
16 -- Mapping and Alignment of Electro-Optical Sensor Systems
- Notice Date
- 8/11/2016
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- H92241-16-R-0013
- Archive Date
- 9/10/2016
- Point of Contact
- Carol A. Wilkinson, Phone: 757-878-4615, Michael J. Wastella, Phone: 757-878-4661
- E-Mail Address
-
carol.a.wilkinson10.civ@mail.mil, michael.j.wastella.civ@mail.mil
(carol.a.wilkinson10.civ@mail.mil, michael.j.wastella.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A SOURCES SOUGHT that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), Request for proposal (RFP), Invitation for Bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the Sources Sought. The Government does not intend to award a contract on the basis of this Sources Sought, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. The United States Special Operations Command (USSOCOM), Technology Application Contracting Office (TAKO) is interested in identifying potential vendors who have the necessary capabilities to provide an alignment/boresight system that has the capability to align aircraft electro-optical sensor systems. The system must (1) provide universal, angular measurements of aircraft electro-optical sensor systems, (2) be capable of performing angular measurements in austere locations and environments without the need for placing aircraft on jacks, in a hangar, and/or on a specially prepared surface, (3) be gyro-stabilized to allow for concurrent and unrelated maintenance actions on the aircraft while alignment is being performed, (4) provide user interface for targeting/isolating mounts and sensors, (5) have a reprogrammable library, (6) operate in ambient temperature ranges from -4 degrees to +140 degrees Fahrenheit, (7) operate on 90-132 VAC, 47-440 Hz, single phase, 5 amps (max) or 180-264 VAC, 47- 440 Hz, single phase, 5 amps (or less), (8) include operating/training manuals/materials, (9) be sustainable via Operator-Depot repair process with a turnaround time of less than 90 days, (10) and be compact, weighing no more than 200 lbs. with all accessories in a ruggedized container. Interested sources shall provide complete specifications (size, weight, power, interface, spectral data) on current (non-developmental) products. Potential sources are requested to submit specifications and a brief summary of their capabilities. This RFI is the initiation of market research under Federal Acquisition Regulation (FAR), Part 10, and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The information collected may be used by the Government to explore acquisition options and strategies. All information received in response to this RFI that is properly marked as "proprietary" will be protected as proprietary information. Such information will be reviewed by a team comprised of Government as well as contractor personnel hired to provide technical assistance for the Government's preparation of an acquisition strategy. All members of the team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligations to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. All contractor members are required to protect the information by the terms of their contracts. The Government will make a determination whether or not contractor personnel have organizational conflicts of interest that could adversely affect protection of the information. In an effort to ease the coordination for potential need of nondisclosure agreements between multiple parties as part of the Government's market research, the Government will treat all notice responses as proprietary and to disclose the contents only for the purpose of Government market research and acquisition planning activities. All proprietary information is submitted with the above understanding that these contractor technical experts will have access and should be marked accordingly. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. All interested, capable, and responsible sources that would like to respond to this sources sought are encouraged to provide a statement of interest along with supporting data via email to Ms. Carol Wilkinson, Contract Specialist (carol.a.wilkinson10.civ@mail.mil) no later than 11:00 am EST on 26 August 2016. Once the sources sought requirement has closed, the Government will contact individual responders for any further information required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/H92241-16-R-0013/listing.html)
- Record
- SN04219385-W 20160813/160811234816-3382417360856f55ef4e4d232eb1925f (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 |