SOURCES SOUGHT
58 -- SHORT-WAVE INFRA-RED FOCAL PLANE ARRAY (FPA) DETECTOR
- Notice Date
- 7/14/2006
- Notice Type
- Sources Sought
- Contracting Office
- NAVSURFWARCEN, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100
- ZIP Code
- 22448-5100
- Solicitation Number
- N0017806Q1934
- Response Due
- 8/14/2006
- Archive Date
- 12/22/2006
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While is it understood that FBO is the single point of entry for posting of synopses and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) is seeking sources for a Commercial-Off-The-Shelf (COTS) available or the ability to manufacture a Focal Plane Array (FPA) detector that is sensitive in the Short-Wave Infra-Red (SWIR) spectral region and is integrated into, or has or will have the ability to be integrated into, an imaging sensor. The imaging sensor will have to acquire streaming, digital video in this SWIR spectral region. The detector must be an uncooled or TE cooled Focal Plane Array (FPA) with high sensitivity in the 2um-3um waveband. Example detector materials that meet these requirements are Lead Sulfide (PbS) or Lead Selenide (PbSe). The detector should have a minimum of 240 elements horizontal by a minimum of 240 elements vertical (prefer larger formats examples include: 512 x 512, or 640 x 512, or 1024 x 1024) that make up the array, and an ability to capture frames at a rate of a minimum of 60 Hz. Long term capability is to increase the FPA format and increase the frame rate to a minimum of ~ 480 Hz. Candidate systems must meet all of the following technical requirements 1) Detector sensitivity must cover at least the 2um-3um spectral region. 2) minimum FPA of 240 x 240 elements. 3) The detector is to be operated uncooled or TE cooled (no Stirling closed cycle cooled or LN2 cooled detectors). 4) Pixel sizes of ~40um or less. 5) Minimum of 12-bit digital output. 6) Minimum of ~ 60 Hz frame rate (i.e. very close to 60Hz, should include systems that run at 59Hz or ~60Hz). 7) The imaging sensor system must have video streaming such that a minimum of sixty images at the full 240 x 240 format size (full frame size, not windowed) are recorded every second and a 12-bit digital mean count value for every pixel is output and available in the raw data file. 8) Adjustable integration time over the full frame. Preferred requirements include the following: 1) pixel substitution 2) internal one- and/or two- point calibrations 3) non-uniformity internal correction tables 4) 12- bit digital output to PC via gigabit Ethernet. 5) The completely integrated imaging sensor would have: a) SWIR lenses available with high transmission in the 2um ? 3um spectral region. and b) c-mount or bayonet mount lens for interchanging optics. The vendor must provide information showing that the requirements can be meet, or preferably, exceeded. This synopsis does not constitute an Invitation For Bid (IFB) or Request For Proposals (RFP) and is not to be construed as a commitment by the government to issue an order or authorization to incur costs in anticipation of a resultant contract. This request is for information only and is intended to identify items currently available or companies capable of providing the required system. When responding, please reference sources sought announcement number N00178-06-Q-1934, provide the company name, point of contact, telephone and facsimile numbers, internet address, business size, and specific information regarding your capabilities to provide a SWIR detector or imager described herein. Interested parties shall provide their capabilities and related experience by submitting a White Paper no later than 25 August 2006 to Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Building 183, First Floor, Room 102, Dahlgren VA 22448-5100 CODE XDS112, with faxed copies acceptable. Fax number (540) 653-7088, Attention Code XDS11. E-mail address is DLGR_NSWC_XDS11@navy.mil, (540) 653-7478. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Laboratory Procurement Division has implemented Electronic Commerce (EC) in the acquisition arena; therefore, this synopsis with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/. Vendors should regularly access the NSWCDD web site to ensure that they have downloaded all amendments. In order to be eligible for award, firms must be registered in the Central Contractor Registry (CCR). Quoters may obtain information on registration in the CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. Please note that the Defense Payment Office may not make payment unless the contractor is established to receive electronic funds transfer (EFT). EFT payments are based on the contractor?s EFT information contained in the CCR database.
- Record
- SN01089753-W 20060716/060714221721 (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 |