Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2012 FBO #3995
MODIFICATION

B -- Airborne Light Detection and Ranging (LIDAR) Design Study Plan

Notice Date
10/30/2012
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8620-12-R-4026
 
Archive Date
11/30/2012
 
Point of Contact
David J. Garrett, Phone: 9372553032, Ms. Sally (Sara) Meyer, Phone: (937) 255-5011
 
E-Mail Address
david.garrett@wpafb.af.mil, Sally.meyer@wpafb.af.mil
(david.garrett@wpafb.af.mil, Sally.meyer@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
*** October 30th 2012: Change RFI Response date to 15th November 2012. Also corrected RFI Response date in the following paragrpah: No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests, if required. Respondents will not be notified of the results of this evaluation. However, AFLCMC/WIN may utilize the information for acquisition planning purposes. The government will evaluate responses based upon the criteria specified above. Offerors having the capability to perform this work are invited to submit their responses within 45 days - by 15 Nov. *** Request for Information (RFI) Airborne Light Detection and Ranging (LIDAR) Design Study Plan CONTRACTING OFFICE ADDRESS: Department of the Air Force, Air Force Materiel Command, Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance, Reconnaissance (ISR) and Special Operations Forces Directorate, ISR Sensors and Foreign Military Sales Division (AFLCMC/WIN), Contracting Offices 2530 Loop Road West, Rm 215, Wright-Patterson AFB, OH 45433-7106, United States. Request for Information: Airborne LIDAR Design Study Plan Synopsis: Recent success with 3-Dimensional (3-D) LIDAR technology in Iraq and Afghanistan and the current maturity level of the technology indicate a need to investigate designs and a more definitive way-ahead for future Air Force airborne LIDAR capabilities. The Geospatial Intelligence Capabilities Working Group has initiated a study on the utility of airborne 3-D LIDAR in support of the Air Force ISR mission. The Air Force mission includes providing 3-D LIDAR data/products to several users within Department of Defense. The overall objective of this study is to identify potential materiel solutions, design concepts, key technologies, and cost/schedule/performance parameters for an enduring DoD LIDAR capability. Additionally, the Air Force is interested in the different types of products derived from airborne LIDAR data and how they could support or enhance Air Force operations. Air Force operations can include supporting DoD military and peacetime operations such as disaster relief and assessment. Purpose: The intent of this RFI is to solicit information on airborne LIDAR technology and the capabilities of industry to produce LIDAR systems and products. Systems should meet the study operating conditions and performance requirements in support of both airborne tactical and strategic missions. This is a Sources Sought announcement only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up request for information, if applicable. Background: 3-D LIDAR systems and products are the primary focus for the study. System parameters either measured or calculated from current LIDAR sensors, which are of interest, include: • Size, weight, and power (SWaP) of the system • Operating range • Maximum slant angle as a function of altitude • Cross-range ground sampling distance • Range-precision • Collection rate and platform flight constraints • Visibility/atmospheric conditions (e.g., 20 km, mid-latitude summer atmospheric model) • Probability of detection against 10% Lambertian target • Intensity information (if measured) • Multiple return capability and range resolution (if appropriate) A baseline assumption for the study was that any LIDAR concept would deliver the required performance mounted on the MQ-9 Reaper Remotely Piloted Aircraft for medium altitude missions, and on the RQ-4B Global Hawk, and/or the U-2 for high altitude missions. The system might be mounted in either a pod (preferred for the MQ-9 application) or in an internal configuration. For the high altitude missions, it should be noted that an internally- mounted sensor system is expected. It is anticipated that the LIDAR systems would be required to operate at the nominal altitudes and airspeeds at which these aircraft normally fly. For the purposes of this RFI, altitudes of 20,000 ft and 50,000 ft above ground level are of interest. In addition to identifying the functional concepts or capabilities available within the industry, the Air Force is also interested in understanding the maturity of the technologies needed to support those concepts. For the purposes of this study, the focus is on mature/maturing technologies or operational capabilities that can meet Technology Readiness Level 6 (TRL-6) within 24-36 months. However, the Air Force would also be interested in an assessment of technologies that require more than 36 months to reach TRL-6, but might provide improved performance, reduced SWaP, etc. Responses: In responding to this RFI, interested parties are requested to submit a short, 3-5 page, white paper. The white paper should describe the LIDAR sensing mode or design that the offeror uses in the systems they produce, the experience the offeror has in producing those types of systems, and integrating them onto airborne platforms. The offeror is also requested to identify any less mature technology that could be further developed and how those technologies might impact the systems that the offeror produces. Responses should include known information regarding: 1. Operating range 2. System SWaP 3. Mission profile (open area imaging, mountainous terrain, heavily foliated terrain) 4. Flexibility in trading; a. cross-range Ground Sample Distance (GSD) for coverage rate, and b. collection rate for penetration through foliage of varying density and any procedures used to enhance ‘below foliage' imagery (e.g. the stacking of multiple looks) 5. The size of raw data files and memory requirements for storing mission data (use a nominal 10 km2 frame size to estimate sizes) 6. On-board processing architectures for near real-time downlink of 1 km2 areas nominal GSDs of 20 cm. 7. Estimated cost and development/integration schedule Interested, qualified sources are invited to respond to this Sources Sought announcement by submitting information as outlined below. Please do not submit a company brochure or other marketing material. Please submit the following information: 1. Professional qualifications of staff. Information shall document the staff's experience in the development and implementation of airborne 3-D LIDAR systems. 2. Specialized recent experience and technical competence of the firm in airborne 3-D LIDAR sensor and system development. 3. Information on your firm's ability to support the integration LIDAR systems onto an airborne platform and the use of LIDAR to collect 3-D data. Include project title, project description, dollar value, and a point of contact with phone number and email address. NOTE: Georgia Tech Research Institute (GTRI) is under contract to develop and publish the Airborne LIDAR Design Study Plan. GTRI's contract includes an Organizational Conflict of Interest clause governing the use of the proprietary information of other companies. This clause requires GTRI to enter into company-to-company agreements to (1) protect another company's information from unauthorized use or disclosure for as long as it is considered proprietary by the other company and (2) to refrain from using the information for any purpose other than that for which it was furnished. Those responding to the RFI who desire to enter into a non-disclosure agreement should contact GTRI, 2970 Presidential Drive, Suite 310, Fairborn OH 45324; Phone: 937 427-0125; Fax: 937 427-0499; Email: Stan.Lewantowicz@gtri.gatech.edu and/or Richard.Richmond@gtri.gatech.edu. The government will not provide a debriefing on the results of this survey. Respondents will not be notified of the results of this evaluation. Since this is a Sources Sought announcement only, evaluation letters will be not be issued to any respondent. All information will be held in a confidential manner and will only be used for the purposes intended. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests, if required. Respondents will not be notified of the results of this evaluation. However, AFLCMC/WIN may utilize the information for acquisition planning purposes. The government will evaluate responses based upon the criteria specified above. Offerors having the capability to perform this work are invited to submit their responses within 45 days - by 15 Nov. -------- Please ensure all appropriate security procedures and policies are followed when responding to this RFI. UNCLASSIFIED electronic submittals shall be sent by either fax (937-656-4445) or e-mail to WIN.TECHDEV@wpafb.af.mil. SECRET electronic submittals shall be made via SIPRNet: Edward.Huling@afmc.af.smil.mil. Access will be limited to cleared government personnel. Mail may also be sent (CD or DVD via regular mail for UNCLASSIFIED; registered mail for SECRET) to the primary point of contact provided below. Please forward data larger than 4 Mbs via mail on CD or DVD. Points of Contact: (PRIMARY) Mr. Mike Gangl 937-255-4674 2530 Loop Road West, Room 144 Wright-Patterson AFB, OH, 45433-7101 (ALTERNATE) Mr. Ed Huling 937-528-8252 2530 Loop Road West, Room 144 Wright-Patterson AFB, OH, 45433-7101 This is not a Request for Proposal. The government does not intend to award a contract on the basis of this announcement. Submitting capabilities and concepts in response to this announcement is voluntary and participants will not be compensated. Please direct all questions to the Contracting Officer, Ms. Sally (Sara) Meyer, AFLCMC/WINK; Phone: (937) 255-5011; Email: Sally.meyer@wpafb.af.mil. See attached Word Document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8620-12-R-4026/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, Air Force Life Cycle Management Center (AFLCMC), 2530 Loop Road West, Rm 144, Wright Patterson AFB, Ohio, 45433-7106, United States
Zip Code: 45433-7106
 
Record
SN02921651-W 20121101/121030234354-614e873fbec1e42703f59a04d03a84e5 (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.