SPECIAL NOTICE
58 -- Request for information (RFI) For Elecro-Optic/Infrared systems in the commercial industry
- Notice Date
- 9/10/2025 8:37:44 AM
- Notice Type
- Special Notice
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016425SNB91
- Response Due
- 9/18/2025 12:00:00 PM
- Archive Date
- 10/03/2025
- Point of Contact
- Nathaniel Chesterson
- E-Mail Address
-
Nathaniel.p.chesterson.civ@us.navy.mil
(Nathaniel.p.chesterson.civ@us.navy.mil)
- Description
- AMENDMENT 0001: The purpose of this amendment is to add an attachment. ORIGINAL POSTING: Request for information (RFI) For Elecro-Optic/Infrared systems in the commercial industry N0016425SNB91 THIS IS A REQUEST FOR INFORMATION (RFI) FOR MARKET RESEARCH PURPOSES ONLY. This is a RFI and not a formal solicitation. If the requirements are sought, a formal solicitation will be announced separately at a later time. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. The Naval Surface Warfare Center Crane Division (NSWC-CR) is seeking information on EO/IR systems in the commercial industry, to provide recommendations for a system to be installed on a new platform. The system will consist of a Wide Field of View (WFOV) subsystem and a Narrow Field of View (NFOV) subsystem. NSWC-CR would like feedback on the following performance characteristics. WFOV Subsystem System(s) capable of detection and tracking of the below contacts with associated range performance Contact Type? Min Range? Max Range Conditions? Small Vessel 0.1 km 5.5 km High Visibility (HV) Day, HV Night Small Vessel 0.1 km 4.8 km Degraded Visibility (DV) Day, DV Night Medium Vessel 0.1 km 9.2 km HV Day, HV Night Medium Vessel 0.1 km 5.5 km DV Day, DV Night Large Vessel 0.1 km 11 km HV Day, HV Night Large Vessel 0.1 km 5.5 km DV Day, DV Night Small Buoy 0.1 km 4.8 km HV Day, HV Night Small Buoy 0.1 km 3.8 km DV Day, DV Night Medium Buoy? 0.1 km? 5.5 km? HV Day, HV Night? Medium Buoy? 0.1 km? 4.8 km? DV Day, DV Night? Large Buoy? 0.1 km? 6.5 km? HV Day, HV Night? Large Buoy? 0.1 km? 4.8 km? DV Day, DV Night? Person in the Water? 0.1 km ?0.9 km? HV Day, HV Night? Person in the Water ?0.1 km? 0.4 km?DV Day, DV Night? 2. System(s) with unobstructed 360� azimuthal coverage. 3. +/-45� redundant coverage relative to the ship�s centerline. 4. System(s) with an unobstructed elevation coverage from 10� relative below the horizon to 10� relative above the horizon. NFOV Subsystem System(s) capable of cued detection, tracking, laser range finding, and EO/IR imagery for object classification and identification. Automatic Classification at 100 to 5600 meters. Automatic Identification at 100 to 4800 meters. System(s) with unobstructed 360� azimuthal coverage. +/- 45� redundant coverage relative to the ship�s centerline. System(s) with an unobstructed elevation coverage from 15� relative below the horizon to 35� relative above the horizon. Other Requirements IP level of at least IP66. An operational temperature range of -9 to 49 �C. Update rate of ?0.5Hz Please respond if you meet the above. Responses are also encouraged to provide feedback and any potentially unduly restrictive desired characteristics. Responses are preferred to be prepared so that when printed, they meet the following requirements: 8.5x11 inch paper, single-spaced typed lines, 1 inch margins, 12 point Times New Roman font. Tables may use 10-point font. Respondents are responsible for ensuring the legibility of all table, charts, etc., and should assume that when their response is printed or copied, it will be done in black and white. Respond with the following information/documentation: Technical literature/data with complete description and specifications illustrating the ability of the apparatus to meet the above characteristics in the request for information. Company Name and/or affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime). Size of business and type of business (i.e. large, 8(a), Women-Owned, Hub-Zone, Veteran owned, Service Disabled Veteran Owned Business). A list of customers for current, relevant work performed for government or non-government entities showing past performance. Two points of contact including name, title, phone, fax, e-mail address and CAGE Code, and UEI number. Only manufacturers, prime contractors and authorized distributors should respond. Direct expression of interested as well as required documentation should be submitted to NWSC-CR, JXQY using reference number N0016425SNB91 sent via email to Nathaniel Chesterson via email at Nathaniel.p.chesterson.civ@us.navy.mil no later than 3:00 pm EST on 18 SEP 2025. This Request for Information is for information and planning purposes only and shall not be construed as a commitment by the Government. The Government will make NO reimbursement for any costs associated with providing information in response to this announcement, or any follow-up information requests. If a formal solicitation is issued, the Government reserves the right to consider any type of socio-economic set-aside.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7aa2637965d04d83929075e937674c44/view)
- Record
- SN07585110-F 20250912/250910230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |