SPECIAL NOTICE
58 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - VISIBLE COLOR LOW LIGHT SENSOR
- Notice Date
- 1/9/2017
- 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 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016417SNB39
- Archive Date
- 2/28/2017
- Point of Contact
- Mark Burgener, Phone: 812-854-1746, Michael Allen, Phone: (812) 854-8714
- E-Mail Address
-
mark.burgener@navy.mil, michael.t.allen1@navy.mil
(mark.burgener@navy.mil, michael.t.allen1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-17-S-NB39 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - VISIBLE COLOR LOW LIGHT SENSOR - FSC 5855 - NAICS 333314 Issue Date: 09 JAN 2017 - Closing Date: 13 FEB 2017 - 5:00 P.M. The Naval Surface Warfare Center, Crane Division (NSWC Crane) located in Crane, Indiana is conducting market research for vendors with the capabilities and facilities to provide Commercial Off-The-Shelf (COTS), Non-Developmental Items (NDI), or near NDI, for a Visible Color Low Light Sensor and two interchangeable zoom telescopes with an intent to install into a stabilized sensor system to support imaging for DOD and other Federal Agencies. The Government is requesting market information for a Visible Color Low Light Sensor that will be interchangeable with two different lens assemblies. The current Visible Color Low Light Sensor has gone obsolete and the Government is looking into a replacement. The Visible Color Low Light Sensor and lens assemblies' salient characteristics can be found below Visible Color Low Light Sensor • Provides color imagery and supports imaging at full frame rate down to 1.5 Lux, threshold. As an objective low light performance down to full moon (0.1 Lux) or lower, while still being able to do color imaging in full daylight conditions. Please specify, if possible, the full frame rate low light level performance and light level at which the color accuracy degrades. • Provides one video output of NTSC (indicate the connection type). • Provides one digital video output in compliance with the Motion Imagery Standards Profile (MISP) Class 0 (uncompressed images). Please indicate the type of video transport and connection type. • Have a common lens interface mount (C, CS, F, etc.). Indicate the connection type. • Must be at least a 640x480 format to support NTSC video, but HD formats are of interest for digital imaging and avoiding obsolescence. • All command and control communications shall be done using RS-232 VISCA protocol. • Must operate at 12VDC. • Must be able to withstand being pointed at the sun for a minimum of 5 minutes with either lens assembly in the narrowest field of view without damage. • The sensor must be able to function under the same vibration and temperature requirements as the lens assemblies (see below). • Must have an auto white balance function that supports accurate color imaging through the temperature range and lighting conditions. Please indicate at what illumination level the sensor transitions from accurate color imagery to monochrome low light imagery. Lens Assembly 1 • Will support the attachment of the color sensor defined above. • Cannot exceed the following with the color sensor attached; o Width - 55.3mm o Height - 57.5mm o Depth - 81.8mm o Weight - 230g • Field of View Range o Wide Field of View 22.5° ±10% o Narrow Field of View 1.0° ±10% • Have a minimum of a 26x continuous optical zoom. • Support a minimum focus distance of at most o 3m (WFOV) o 80m (NFOV) • Provide auto and manual focus capabilities. • Provide auto and manual gain and level capabilities. • Provide color imagery at full frame rate down to 2.5 Lux. • Be capable of resolving at least a 10.6 cyc/mrad 1951 bar target. Requirements would be tested in a 60' collimator at 25 foot Lamberts. • Be subjected to random vibration testing with no malfunction on all three axes under the following conditions o PSD 5 to 50Hz: 0.043G2/Hz o PSD 50 to 100Hz: -36dB/oct o 20 minutes per axis • Must be able to operate when exposed to a temperature range of 0°C to +50°C with an objective of -30°C to +65°C • Must be able to operate after storage exposure of a temperature range of -20°C to +60°C with an objective of -43°C to +74°C • Must operate at 12VDC • All command and control communications shall be done using RS-232 VISCA protocol. • Provide Iris control capabilities. Assembly 2 • Will support the attachment of the color sensor defined above. • Not exceed the following with the color sensor attached; o Width - 84.8mm o Height - 88.4mm o Length - 281.1mm o Weight - 1,610g • Field of View Range o Wide Field of View 19.2° ±10% o Narrow Field of View 0.71° ±10% • Have a minimum of a 28x continuous optical zoom. • Support a minimum focus distance of o 3m (WFOV) o 80m (NFOV) • Provide auto and manual focus capabilities. • Provide auto and manual gain and level capabilities. • Provide color imagery at full frame rate down to 1.5 Lux. • Be capable of resolving at least a 10.6 cyc/mrad 1951 bar target, with an objective of resolving 16 cyc/mrad 1951 bar target. Requirements would be tested in a 60' collimator at 25 foot Lamberts. • Be subjected to random vibration testing with no malfunction on all three axes under the following conditions o PSD 5 to 50Hz - <29m/s2 o 30 minutes per axis • Must be able to operate when exposed to a temperature range of -10°C to +50°C with an objective of -20°C to +65°C • Must be able to operate after storage exposure of a temperature range of -20°C to +60°C with an objective of -43°C to +74°C • Must operate at 12VDC • All command and control communications shall be done using RS-232 VISCA protocol. • Provide Iris control capabilities. Submission Instructions All interested vendors are encouraged to submit vendor and product literature, white paper, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, and an estimated budget of test articles and production units, for the Government's consideration by 5:00 PM Eastern Time on 13 FEB 2017. The white paper shall be limited to 5 pages. White papers should be submitted to the Technical Point of Contact any time prior to expiration of this announcement. The technical point of contact for this effort is Mr. Mark Burgener, mark.burgener@navy.mil, or 812-854-1746. The mailing address is: NAVSURFWARCENDIV Crane, ATTN: Mr. Mark Burgener, Code JXQQ, Bldg 3291, 300 Highway 361, Crane IN 47522-5001. Vendors are encouraged to provide budgetary information as well as anticipated production timelines based on order quantities of: 1, 5, 10, 25, and 50 units. Vendors are also encouraged to indicate the anticipated production life. Responses from Small and Small Disadvantaged Business firms are highly encouraged. Vendors 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 to the RFI shall include the following: Submitter's Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) POC Telephone and facsimile numbers Announcement Number: N00164-17-S-NB39 Vendor CAGE Code Vendors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI 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. The U.S. Government is in no way liable to pay for or reimburse any Vendors or entities that respond to this announcement. Any costs incurred by interested Vendors in response to this announcement will NOT be reimbursed. Any information that the vendor considers proprietary should be clearly marked as such. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. No submitted information and or material will be returned. Contracting Office Point of Contact (POC) is Michael Allen, michael.t.allen1@navy.mil. DO NOT send market information and or material to the Contracting Office POC. Please refer to announcement number N00164-17-S-NB39 in all correspondence and communication.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNB39/listing.html)
- Record
- SN04366390-W 20170111/170109233913-871823245782afd07ec6de89aa372106 (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 |