SOURCES SOUGHT
12 -- Inertial Navigation Unit (INU) for Location and Azimuth Determining System (LADS) - INU LADS Hardware Specifications
- Notice Date
- 11/6/2017
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-18-X-00JI
- Archive Date
- 12/2/2017
- Point of Contact
- Nicholas Glazewski, , Klaudia Grabias,
- E-Mail Address
-
nicholas.r.glazewski.civ@mail.mil, klaudia.a.grabias.civ@mail.mil
(nicholas.r.glazewski.civ@mail.mil, klaudia.a.grabias.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- INU LADS Hardware Specifications Purpose: The Army Contracting Command (ACC) New Jersey, Picatinny Arsenal, NJ 07806-5000 is conducting a Market Survey on behalf of the Joint Program Manager Office Towed Artillery Systems (JPMO-TAS) to identify potential sources for an inertial navigation unit (INU) for research development, engineering, and testing in support of the LADS (Location and Azimuth Determining System). Description: This Sources Sought is for planning purposes only and shall not be construed as a solicitation or an obligation on the part of JPMO-TAS or RDECOM-ARDEC. The device is an inertial navigation unit (INU) designed to determine position, location and navigation. The Contractor shall provide a solution, including hardware and software, that can provide position and pointing information via an inertial navigation unit that uses ring laser gyroscopic technology that meets the required specifications. All specifications listed below are classified as mandatory, unless otherwise stated. The requested unit is to be built to the following hardware specifications: SEE ATTACHMENT FOR SPECIFICATIONS Additionally, the unit must be configured to use mixed mode GPS (both keyed and un-keyed), PDI-B output and use government furnished embedded GB-GRAM SAASM GPS receiver. All interested vendors are requested to provide: 1. Statement of capability describing the vendor's capability to provide the item including lead times and the location where the work will be performed. 2. Rough Order Magnitude (ROM) Cost to provide supplies/services. 3. ROM Schedule to provide supplies/services inclusive of First Article Test (FAT). 4. A compliance matrix with the requirements identifying if their COTS system meets the requirement as-is or must be modified and or developed to meet the requirements. Submissions of designs that are not fully compliant with all requirements are also encouraged to submit. JPMO-TAS and RDECOM-ARDEC may assess the capabilities of all currently available sources. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted/proprietary data and present them as an addendum to the nonrestricted/non-proprietary information. As a result of this Sources Sought a Request for Proposal (RFP) may be issued to acquire components of the INU. Participation in this Sources Sought is completely voluntary by the vendor and as such all costs to develop the vendor's response are to be borne by the participating vendor. All interested sources are encouraged to submit their abilities/capabilities no later than 10 days from date of this publication to: Klaudia Grabias ACC-NJ-JA Bldg. 9, Picatinny Arsenal, NJ 07806-5000; email: klaudia.a.grabias.civ@mail.mil. Please include company name, address, telephone number, point of contact, brochures/literature, etc., and any prior performance relating to this effort. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. As stated above, please be advised that the government will not pay for any information submitted under this announcement. Electronic submittals are preferred.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2994cd27500aad5b8f7b829d93dd0474)
- Record
- SN04732318-W 20171108/171106230924-2994cd27500aad5b8f7b829d93dd0474 (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 |