Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2002 FBO #0381
SOURCES SOUGHT

10 -- Forward Looking Infrared Radar for the Avenger

Notice Date
12/16/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2033 Barnett Avenue Suite 315, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
Reference-Number-M67854-R-03-2009
 
Response Due
2/28/2003
 
Archive Date
3/15/2003
 
Point of Contact
Valerie Mosqueira, Contract Specialist, Phone (703) 784-0716, Fax (703) 784-0113, - Jenny Rieck, Contract Specialist, Phone 703-784-5822 x232, Fax 703-784-5826,
 
E-Mail Address
mosqueiravj@mcsc.usmc.mil, rieckjl@mcsc.usmc.mil
 
Description
The United States Marine Corps is issuing this Request for Information (RFI)/Sources Sought synopsis as part of a market survey. Sources are sought that can provide the Avenger Short Range Air Defense System with a thermal imaging system allowing the Avenger operators to detect, recognize, and identify airborne targets. Various aspects of the desired system are outlined in the following paragraphs. System Description The Avenger is a HMMWV platform fitted with a weapon-turret consisting of Stinger surface-to-air missiles and a .50 caliber machine gun. Its primary role is as an air defense weapons platform. The desired Forward Looking Infrared Radar (FLIR) will be externally mounted to the Avenger turret and will be exposed to all elements of an external environment, and could be required to withstand the environmental conditions outlined in MIL-STD-810, Environmental Test Methods & Engineering Guidelines. The FLIR will be expected to withstand the shock and vibration associated with the HMMWV platform and its weapons. The FLIR shall utilize 28V DC power supplied by the HMMWV and shall have an RS-170 compatible video line output. The FLIR should be compatible with the Avenger Fire Control Computer (AFCC), allowing overlay of tracking cues and other targeting information from the AFCC on to the video displayed at the monitor. Original Equipment Manufacturers (OEMs) submitting information should describe in detail their capabilities for utilizing the existing monitor and controls, as well as concepts of utilization for any new controllers, monitors, or other Line Replaceable Units (LRUs) (spell out). Threshold Performance Criteria The current Avenger FLIR is being used as a baseline from which to build the capability of the future Avenger FLIR. Therefore, the current performance criteria given in this section are being used as the Threshold Performance Criteria. Manufacturers? systems submitted as a response to this RFI must at minimum meet all of the outlined threshold criteria. Included in these criteria are the following specifications: 1.) Field of View (FOV) ? The current Avenger FLIR utilizes three fields of view. These are: WIDE - 21?H?14?V; RAIN - 12?H?8?V; and NARROW 5.3?H?3.5?V. As a minimum, any submitting OEM must address at least the WIDE and NARROW FOVs, or provide concepts of combinations of FOVs that will allow the operators an optimum capability of target detection, recognition, and identification tasks. 2.) Detector Parameters - The following parameters should be considered the minimum performance requirements for the desired FLIR. a. Noise Equivalent Temperature Difference (NETD) ? The Current Avenger FLIR has a Long-Wave IR detector that has a NETD of 360 mK. As Threshold criteria, the NETD of any submitted FLIR must be no greater than 360 mK. b. Pixel Size -- The current pixel size is 45 mm ? the pixel size of systems submitted as a result of this RFI must have a pixel dimension of no greater than 45 mm. The current system is a SPRITE scanning system, though for this RFI, any submitted systems must utilize serial scanning linear arrays or staring focal plane arrays. c. Waveband - As a threshold, OEM?s can submit information on imagers sensitive to either the mid-wave (3-5 mm) or long-wave (8-12 mm) infrared wavebands. 3.) Cooler Parameters ? The following parameters should be considered minimum performance requirements for the detector-cooling unit of the new Avenger FLIR. a. Cool-Down Time -- Currently the cool-down time, or the time from powering ON the FLIR until an image is available, is no greater than 5 minutes. The desired FLIR should have a cool-down time of no greater than 5 minutes. b. Mean Time Between Failures (MTBF) ? At a minimum the cooler of the FLIR must have a Mean Time Between Failures of no less than 3,000 hours. Objective Performance Criteria The current state of thermal imaging technology should allow the capabilities of a modern FLIR to exceed the performance characteristics of the existing Avenger FLIR. It is desirable that the replacement FLIR for the Avenger exceed the older technology in all aspects. The following is a list of Objective Performance Criteria that should allow the FLIR performance to be greatly enhanced over the existing Avenger FLIR. 1.) FOV ? The objective for the upgraded Avenger FLIR FOV is a two or three FOV system that could extend both the current detection and identification ranges. The wide FOV of the desired FLIR should have similar coverage of the current WIDE FOV for target detection tasks. The objective Medium and Narrow FOVs are, for the purposes of this RFI, being left open to the concepts of the OEMs. FOVs that are narrower than the existing Avenger FLIR are achievable and offer improved target recognition and identification ranges. OEMs are encouraged to submit information on a combination of Medium and Narrow FOVs that will provide an optimum performance of target detection, recognition, and identification. 2.) Detector Parameters - The following parameters should be considered the objective performance requirements for the detector of a desirable FLIR. a. Detector Type - As an objective performance criterion, the detector will be a staring Focal Plane Array (FPA) and will utilize no moving parts in the optical train. b. FPA Size - As an objective criterion, the detector FPA will be composed of at least a 256?256-pixel array. A system with a larger FPA size will be considered more desirable than systems with a smaller array size, all else being equal. c. NETD ? As an objective criterion, the NETD of any submitted FLIR must be no greater than 70 mK. Systems with a lower NETD will be considered more desirable than systems with a higher NETD, all else being equal. d. Pixel Size ? As an objective criterion, pixel size will be no greater than 30 mm. e. Waveband - As an objective criterion the desirable FLIR shall be sensitive to mid-wave infrared energy (3-5 mm wavelength). 3.) Cooler Parameters ? The following parameters should be considered objective performance requirements for the detector-cooling unit of the new Avenger FLIR. Cool-Down Time - As an objective criterion, the desired FLIR must have a cool-down time of no greater than 4 minutes. MTBF ? As an objective criterion, the cooler of the FLIR must have a Mean Time Between Failures of greater than 5,000 hours. 4.) Integrated Laser Rangefinder (LRF)? As an objective criterion, the desired FLIR shall have an integrated LRF that provides an eyesafe means to accurately determine the exact range to a target. As a threshold, the LRF shall accurately range to a minimum of 5 km. As an objective, the LRF shall accurately range a target to 10 km. It is considered desirable to have extended range with an integrated LRF, all else being equal. The LRF must be eyesafe. Responses to this RFI shall as a minimum include; 1) A capability assessment of the company to include production readiness, 2) a description of product and information on how it meets the specification above to include any potential modification to a COTS item needed to achieve the specification 3) Procurement lead time, 3) Rough order of magnitude (ROM) of unit price for potential for purchases from 1 to 1000 units, at quantity intervals placed at the discretion of the OEM. 4) Any potential non-recurring cost, 5) Current failure rate (replacement or repair history), 6) Costing for two years of Contractor Logistics Support and any other maintenance information. The RFI should be sent to MSgt J.J. Reznicek, Avenger Project Officer, Marine Corps Systems Comman, Daly Hall, 2079 Wharton Ave., Quantico, VA 22134 or e-mailed to Reznicekjj@mcsc.usmc.mil with a copy sent to Valerie Mosqueira at same address or e-mailed to mosqueiravj@mcsc.usmc.mil. CLASSIFIED RESPONSES MAY BE SENT TO THE FOLLOWING SIPERNET ADDRESS: Reznicekjj@mcsc.usmc.smil.mil. Any questions should be addressed to Valerie Mosqueira at (703) 784-0716 or mosqueiravj@mcsc.usmc.mil. Responses should be submitted no later than 28 February 2003. This notice does not constitute an Invitation for Bids or a Request for Proposal, and it is not a commitment by the U.S. Marine Corps to procure products or services. This notice does not constitute an Invitation for Bids or a Request for Proposal (RFP) and it is not a commitment by the U.S. Marine Corps to procure subject equipment. The Government is only seeking possible sources for future needs. No solicitation document exists at this time. The earliest date for any potential procurement is in FY04 for upto two test units and in FY05 for the first production. The Government does not intend to award a contract on the basis of this Request For Information or otherwise pay for the information solicited. However, respondents to this Request for Information will not be excluded from consideration for contract participation in any potential follow-on hardware development activity. THE GOVERNMENT DOES NOT INTEND TO PAY FOR THE INFORMATION SOLICITED.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/USMC/M67854/Reference-Number-M67854-R-03-2009/listing.html)
 
Record
SN00224855-F 20021218/021216213437 (fbodaily.com)
 
Source
FedBizOpps.gov 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.