Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2007 FBO #1879
SOURCES SOUGHT

59 -- Second Request for Information on the Common Sensor System

Notice Date
1/16/2007
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T07RS606
 
Response Due
1/23/2007
 
Archive Date
3/24/2007
 
Small Business Set-Aside
N/A
 
Description
Title: 2nd Request for Information on the Common Sensor System, W15P7T-07-R-S606 1. The U.S. Army, Project Manager  Night Vision / Reconnaissance, Surveillance, and Target Acquisition (PM-NV/RSTA), Ft Belvoir, VA is conducting a second request for information (RFI) on Common Sensor System. The 1st request was posted to the FedBizOps on 8 Dec 07. 2. This request for information is for planning purposes only; this is not a request for Quotations or Proposals. No solicitation document exists and formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. NOTE: The use of a solicitation in this RFI is for tracking purposes only. 3. Submission: All interested firms that possess the capabilities addressed herein are encouraged to respond to the RFI by providing the information specified within 5 working days of announcement. Respondents are requested to submit one electronic copy of the response to Janet Boots, janet.m.boots@us.army.mil. Include EO/IR/I2/LD/LRF RFI in the subject line and one (1) hard copy to PM NV/RSTA, ATTN: Janet Boots, 10221 Burbeck Road, Fort Belvoir VA 22060-5806. 4. PM NV/RSTA is seeking additional information in conjunction with the Request for Information #W15P7T07RS606. The government is seeking information to support an economic analysis to select a contracting strategy. The Government is considering either a five year with five 1 year Options, Hybrid Indefinite Delivery, Definite Quantity type contract or a 5 year Multi-year contract with two 1 year options for the Common Sensor procurement. Either contract vehicle will be FFP/CPFF hybrid. The Government re quests supporting information to include the risks, cost and assumptions used in determining price. It should be noted that the Government will be using CAIV as part of the source selection evaluation. Background: The Common Sensor acquisition is an incremental approach to the total requirement. The Increment 1 capability as defined below is a mandatory minimum requirement, Increment 2 requirement, as defined below, is required to be addressed and Incr ement 3 is objective capability which is optional. Any increment 2 capability not included in Increment 1 would be exercised in approximately the FY09 timeframe to support inclusion in the production in the FY10-11 timeframe. The total systems to be procu red are 665 units plus spares. The current production profile is stated below. FY09 FY10 FY11 FY12 FY13 FY14 FY15 92 111 107 88 80 89 80 Sensor System performance requirements: (1) Increment 1 (Baseline) (a) EO/IR ranges (90% probability, NFOV, target size 5.15m x 1.75m x 1.86m LxHxW, 1.25 deg C): Detection: 25km Recognition: 9km Identification: 5km (b) Laser designation: 100% duty cycle, NATO PRF and PIM capable, @ 9km from 1,000 ft AGL to 20,000 ft AGL. (c) Eye-safe rangefinding: 9km slant range from 1,000 ft AGL to 20,000 ft AGL. (d) Laser Target Marker (e) Laser spot tracker (f) Target Location error: less than 25m @ 9km slant range with on-board IMU (g) Sensor weight: NTE 155 lbs for the sensor system (h) Reliability: 400 hours MTBF @ 80% confidence (i) 360 degree rotation +20/-105 degree elevation (j) In-flight Boresight (k) Fuse/Blend: EO/IR/I2 (l) TV modes: B/W and color selectable IR polarity: Black Hot and White Hot selectable Sensor modes: Spotlight, strip, wide area search and stare Analog and digital output (IEEE-1394, MIL-STD-1553, discretes and Ethernet) NGA compliant imagery IR cooling time: less than or equal to 10 minutes Search/Track algorithms Sensor switch time: less than or equal t o 1 second (m) Auto-track capability for one target with a reacquire capability within 5 seconds of break-lock condition (n) Operating temperature environment: -61 to +122 degrees F. (2) Increment 2: (a) Image Intensified TV (b) EO Countermeasures. Comply with the U.S Army Standards for Hardening Eyes and Optical/Electro-Optical Sensors against Low Energy Lasers document (c) IR cooling time: less than or equal to 5 minutes (d) Sensor switch time: less than or equal to 0.5 seconds (e) Auto-track capability for two or more targets simultaneously with a reacquire capability within 5 seconds of break-lock condition for one target. (f) On-vehicle recording greater than 4 hours (g) +30/-180 degree elevation (3) Increment 3 (a) EO/IR ranges (90% probability, NFOV, target size 5.15m x 1.75m x 1.86m LxHxW, 1.25 deg C): Detection: 30km Recognition: 15km Identification: 7.5km (b) Target Location Error less than 10m @ 9km slant range OR Target Location Error less than 25m @ 15km slant range (c) Growth to include Countermine Capability (d) High Definition TV (e) 3rd Generation FLIR (f) Reliability greater than 500 hours MTBSA @ 80% confidence 5. Interested parties possessing the ability to meet the key aspects outlined in paragraph 4 are requested to provide a White Paper describing: a. Estimated unit cost for each contract type. b. The categories of cost savings/avoidance and respective amounts for each contract type to include assumptions used and associated risks. c. The details of the risks and responsibilities the government would assume to achieve the savings identified and/or estimated unit costs. Government POC: Janet Boots, (703) 704-1835, janet.m.boots@us.army.mil
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01212187-W 20070118/070116220854 (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.