SPECIAL NOTICE
58 -- SOLE SOURCE - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – COMMON SENSOR PAYLOAD HIGH DEFINIATION SYSTEM FOR THE MQ-1C GRAY EAGLE PLATFORM
- Notice Date
- 8/28/2017
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016417SNC23
- Archive Date
- 9/26/2017
- Point of Contact
- Phillip Knight, Phone: 812-854-8709
- E-Mail Address
-
phillip.knight1@navy.mil
(phillip.knight1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N0016417SNC23 - SOLE SOURCE - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - COMMON SENSOR PAYLOAD HIGH DEFINIATION SYSTEM FOR THE MQ-1C GRAY EAGLE PLATFORM - FSC 5855 - NAICS 334511 Issue Date: 28 AUG 2017 - Closing Date: 11 SEP 2017 - 2:00PM EST The Government is issuing this RFI/sources sought announcement as part of the market research for the production and delivery of Common Sensor Payload High Definition (CSP HD) and associated parts and components. The CSP HD Payload is a high definition multi-sensor day/night imaging payload. It is capable of providing imagery to increase the warfighter's situational awareness and capable of acquiring, ranging, identifying, and laser designating targets for precision guided munitions. The CSP HD incorporates an Eye-safe Laser Rangefinder (ELRF), Laser Target Marker (LTM), and Laser Spot Tracker (LST). The Electro-Optic (EO) sensor provides either color or monochrome imagery during daytime conditions as selected by the operator. The Infra-Red (IR) sensor provides imagery during various environmental conditions, day and night, to include some battlefield obscurants. The ELRF provides accurate target location and allows a first round fire for effect. The LTM provides a capability to quickly cue or conduct target handover to personnel equipped with Image Intensifier (I2) devices. The LST provides the ability to acquire and track coded laser energy and provides another means for target handover. The CSP HD Payload consists of a Turret Unit (TU) and an Electronics Unit (EU). The TU is an imaging optical sensor of advanced multispectral capability. The EU controls the TU and receives commands from a data bus. The CSP HD Payload includes no hardware to perform operator control, indicator, or display functions. When the CSP HD is integrated into a system providing suitable controls and video display (i.e., Ground Control Station (GCS) /cockpit), the CSP HD can be operated using commands to detect, observe, identify, and engage surface targets. These sensors provide critical early detection and tracking data. The CSP HD may be employed on a wide variety of manned and unmanned platforms NSWC, Crane Division located at Naval Support Activity, Crane IN intends to award a sole source contract to Raytheon Systems, 2501 W. University Drive, McKinney, TX 75071. This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition is the lack of sufficient technical data, duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delays in fulfilling the agency requirement through any other source. The Government is seeking information from companies mitigating the sole source basis listed above. The Government is seeking companies with the capabilities and facilities for the production and delivery of the CSP HD and associated parts and components. Reponses should include availability, budgetary cost estimate, and lead time of the solution, as well as, whether a demonstration unit can be provided to expedite the Government decision-making process. While Contractors are not required to quote prices for any solutions proposed, the information will assist the Government in developing Business Case Analysis supporting potential follow-on acquisition announcements to this RFI. If Contractors need additional Government requirements information in order to fully respond to this RFI, please contact the Government POC. All interested parties are encouraged to submit company and product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, production quantity breaks, mitigate the reason why the Government should not procure this effort on a sole source basis as stated above, and/or identify other Government contracts with similar efforts for the Government's consideration. Responses to the Market Survey shall include the following: Submitter's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N0016417SNC23 Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/sources sought does not constitute as 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. The US 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. Market Survey information may be submitted to the POC any time prior to the expiration of this announcement. The POC for this effort is Phillip Knight; telephone number 812-854-8709; email phillip.knight1@navy.mil. The mailing address is NAVSURFWARCENDIV Crane, attention Phillip Knight, Code 0231, Building 3373; 300 Highway 361, Crane, IN 47522-5001. This RFI is being posted to assist in determining the appropriate contract strategy to fulfill a Government requirement. NSWC, Crane Division anticipates awarding a one-time firm-fixed-price contract for the production and delivery of the CSP HD and associated parts and components. Currently the US Government knows of only one firm (Raytheon Company, McKinney, TX CAGE 96214) capable of meeting the requirements. NSWC, Crane Division is requesting information from Industry on this requirement. If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. Your interest in the response is appreciated. 52.215-3 - Request for Information or Solicitation for Planning Purposes. RFI or Solicitation for Planning Purposed (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of informational, planning purposes, and market research in accordance with FAR Part 10. Contracting Office Address: 300 Highway 361 Building 3373 Crane, Indiana 47522-5001 United States Primary Point of Contract: Phillip Knight phillip.knight1@navy.mil Phone: 812-854-8709
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNC23/listing.html)
- Record
- SN04650328-W 20170830/170828232252-bc9701a0d9b4d529aa1d2fc04750bda1 (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 |