Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2013 FBO #4297
SPECIAL NOTICE

58 -- SOURCES SOUGHT - Long Range Multi-Sensor EO/IR Stabilized Gimbal with Multi Function Laser Designator/Rangefinder/Illuminator, High Definition Full Motion Infrared and Visible Video and High Accuracy Target Location Systems - 13SNB28_Attachment 1

Notice Date
8/28/2013
 
Notice Type
Special Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016413SNB28
 
Archive Date
11/14/2013
 
Point of Contact
Brian Tussey, Phone: 812-854-5174, Jeannie Swaby, Phone: 812-854-5993
 
E-Mail Address
brian.tussey@navy.mil, jeannie.swaby@navy.mil
(brian.tussey@navy.mil, jeannie.swaby@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
13SNB28_Attachment 1 This synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. FBO is the single point of entry for posting synopses and solicitations to the internet. Please feel free to use the FBO site to access information posted by the Naval Surface Warfare Center, Crane Division. MARKET SURVEY - SOURCES SOUGHT SYNOPSIS - The United States Government (USG) is issuing this sources-sought announcement as part of a market survey. The Crane Division, Naval Surface Warfare Center (NSWC Crane) is seeking information for market research purposes relative to Multi-Sensor Gimbaled Electro-Optical/Infrared (EO/IR) stabilized targeting systems. System capabilities should include a combination of High Definition Infrared/Visible Full Motion Video, High Accuracy Target Location, Multi-Target Tracking, and Multi-Spectral/Multi-band/Multi-Function Lasers including Weapon Designators and Illuminators/Markers. Request for information (RFI) is sought for both Multi-Sensor Gimbaled Electro-Optical/Infrared (EO/IR) stabilized systems and subsystems which may provide any of the capabilities listed above. Furthermore, this RFI is seeking information on systems particularly suited for AC-130J and other large aircraft airborne military applications. Typical systems are expected to have diameters of 23 inches or larger and system weights of 250-300 lbs. Responses should include top level Performance and Technical system information. Additionally, Sensor data is requested that will be evaluated and used for modeling of system performance with various atmospheres and targets. Sources are requested to provide general system information, per Form 1 (Attachment 1) to this synopsis, along with the required optical Modeling and Simulation information to include input files (in.txt format) for the following M and S programs: NVTHERMIP, NV-IPM, IICAMIP, SSCAMIP, IINVD, NVLRG, and/or NVLASERD. If input files are not available, please complete the attached Vendor Product Specifications Form FRM-06-805-007 Rev D (attachment 1), for each applicable product. Responses should also provide budgetary rough-order of magnitude (ROM) unit pricing and production lead time. Responses should provide environmental and safety qualification testing summary, estimated or actual mean time between system failures, and any other product literature that might be useful in evaluating the system. Please highlight video output formats including compression methods and CODECs, laser wavelengths and capabilities, inertial measurement unit to gimbal accuracy errors, stabilization, command and control protocols, metadata/pointing data streaming/broadcast capability, and SWaP. This information will be used to ensure that accurate representations are made regarding specific systems. Systems will be evaluated against the current and future operational requirements of the Department of Defense and homeland security. Please indicate if the products meet the following SAE Aerospace Standards. SAE information may be found at http://www.sae.org. If the products do not comply with these standards, please provide copies of all Interface Control Documents, Specifications and Drawings for these areas. AS6129: Interface Standard, Airborne EO/IR Systems, Electrical AS6169: Interface Standard, Airborne EO/IR Systems, Mechanical AS6135: Interface Standard, Airborne EO/IR Systems, Data AS6165: Interface Standard, Airborne EO/IR Systems, Maintenance and Test The Technical Readiness Level (TRL) and Manufacturing Readiness Level (MRL) shall be provided along with the quantity of exact items previously sold to the DoD, Government Agencies and other customers. If similar items have been sold, provide details delineating all differences. In the event that a future Core Logistics Analysis may require Organic Depot Level Repair in accordance with Title 10, U.S. Code, Section 2464, the sources are requested to provide a list of all repairable items identified by the Level of Repair (Organizational/Field (O), Intermediate/Regional(I), and Depot (D)). The list shall include all Line Replaceable Units and Shop Replaceable Units including all critical system components. For each repairable, provide the average Mean Time Between Failure (MTBF) indicating predicted or actual field data, average repair ROM cost, mean time to repair and at which level (O, I, or D) is applicable. Provide a list, description and ROM costs for any one-time Repair Equipment, common and unique, that is required to establish Organizational/Intermediate/Depot Level capability. Indicate if any Repair Training is available and ROM costs. If a cost would be required to obtain configuration management and status data information to execute the Organic repairs, provide the cost for annual service. If Organic Depot Level Repair already exists, or is planned in the near future, for any items or subcomponents, please identify and provide details. All interested parties should submit an initial synopsis (commonly referred to as white paper). Offerors should submit the white papers electronically to the Naval Surface Warfare Center, Crane Division, Crane point of contact below NLT 04:00 PM EST 30 September 2013. White papers may be submitted any time prior to expiration of this announcement. Submittals after this date will still be accepted, although there is no guarantee they will be evaluated. It is requested that A 3-D model file of the outer surfaces of the units presented be provided in the Initial Graphics Exchange Specification (IGES) or ISO 10303-21 (also known as STEP) formats to allow for evaluation of size and fit. This Request for Information (RFI) is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a Request for Proposals (RFP). The Government does not intend to pay for any information furnished pursuant to this RFI. Nor is the Government tasking any offeror to develop any technologies described herein. This announcement does not constitute an 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. Responses to this notice cannot be accepted as offers. The U. S. 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. Nothing in this announcement constitutes an obligation on the part of the U.S. Government. Any information provided that is marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. The Government may elect to visit, or host a visit, from any potential sources following the market survey. Your interest in this program is appreciated. Limit white paper responses to 25 pages written (Times New Roman, 12 font) or MS PowerPoint slides. If necessary, additional pages for technical drawings and data are allowed (Additional material provided does not count towards the 25 page limit for the white paper submittal). Responses to all or part of the above RFI will be accepted. Proprietary information shall be clearly marked. Responses to this RFI that indicate that the information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only. The Government will NOT be responsible for any proprietary information not clearly marked. Responses to the RFI shall include the following: Submitters Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) POC Telephone and facsimile numbers Announcement Number: N00164-13-S-NB28 Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Responses received after 30 September 2013 may not be considered in the government's analyses. You may submit corporate expertise information if you would like to be considered a possible interested source. We may contact RFI respondents to get clarification on the information submitted. Please provide responses to Electro Optics Division Technical Point of Contact, Mr. Brian Tussey to the following address: NSWC Crane, 300 Highway 361, Mr. Brian Tussey - Code JXQL - Building 3291, Crane, Indiana 47522 by 30 September 2013. Provide a courtesy copy to Jeannie Swaby (Contract Specialist). Interested parties may also submit supplemental hardcopy materials such as brochures, CDs, etc. to Crane Division, Naval Surface Warfare Center, Code JXQL (Attn: B. Tussey), Bldg. 3291, 300 Highway 361 Crane, IN. The following point of contact is provided for information regarding technical issues: Mr. Brian Tussey, Phone 812-854-5174, email: brian.tussey@navy.mil. NSWC Crane Contracting Office Point of Contact is Ms. Jeannie Swaby, email: jeannie.swaby@navy.mil, Phone 812-854-5993. Please reference announcement number N00164-13-S-NB28 in all correspondence and communications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016413SNB28/listing.html)
 
Record
SN03166032-W 20130830/130829000128-ff55271a84aa0003659d9ba63f60d51e (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.