SOURCES SOUGHT
A -- NON-COLLINEAR WAVEFRONT CURVATURE RANGING SENSORS
- Notice Date
- 3/3/2005
- Notice Type
- Sources Sought
- Contracting Office
- N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
- ZIP Code
- 00000
- Solicitation Number
- NONE
- Description
- SOURCES SOUGHT - NON-COLLINEAR WAVEFRONT CURVATURE RANGING SENSORS - The Naval Sea Systems Command (NAVSEA) has identified a need for new sensors that utilize non-collinear wavefront curvature ranging techniques to discern target motion analysis information from transient contacts. This is a synopsis to locate a low cost non-developmental item (NDI) sensor that utilizes techniques, such as time delay of arrival, to determine range, bearing, and depth of a target based on a single transient intercept. This sensor should have a proven record of success in laboratory and at sea tests. This sensor shall interface with the Naval Active Intercept and Ranging and Collision Avoidance System (NAIRCAS) to improve that systems capabilities, therefore, expertise with the NAIRCAS system is required. This program will be tested for acceptance and applicability to the US Navy utilizing the Foreign Comparative Testing (FCT) program. It is expected that based on a positive result of ! the FCT, this product will be procured by NAVSEA for insertion into the fleet. Interested parties having the required specialized capabilities to meet all of the above proposed requirements should submit to Mr. Chris Pigott, SEA 02623, a two (2) page (maximum) typed expression of interest/capability statement indicating their ability to perform all aspects of the efforts described above. Offerors should describe at a minimum their manufacturing capability, test equipment, expertise in the area of hyperbolic multilateration dilution of precision, hydrophone modeling, triangulation, and test facilities, which should accommodate the testing of the sensor system. Responses are required to include the firm name, mailing address, telephone and facsimile numbers, World Wide Web (Internet) presence (if any), size of firm, number of years providing similar level of complexity products, and direct points of contact including phone and e-mail addresses. Only written responses transmi! tted electronically, by mail, or facsimile will be accepted. The Government will not provide payment for information provided in response to this synopsis, nor will the Government return any data provided. All data will be for official Government use only. The Government will not provide the data received from one responder to other potentially competitive organizations. A list of interested parties will be compiled from the firms who respond to this announcement. Firms that wish to be included on the interested parties list must be able to, as a minimum, 1) access the World Wide Web; 2) send and receive unclassified e-mail; and 3) access, download, and print solicitation documents from Internet websites. All firms that provide clear and concise evidence that they can meet all of the minimum requirements shall be included on the interested parties list. It is highly recommended that all interested firms frequently access the NAVSEA Contracts Directorate Website for updates a! nd release of additional solicitation information. Responses to this announcement should be received in this office NO LATER THAN 4:00 P.M. (EST) on 11 MARCH 2005. Please direct all responses to the attention of Chris Pigott (SEA 02623, fax number (202) 781-4773 or e-mail pigottcd@navsea.navy.mil). This sources sought announcement is for informational and planning purposes only. It does not constitute a solicitation and should not be construed as a commitment of any kind by the Government to issue a solicitation or ultimately award a contract. This is not an Invitation for Bids (IFB), a Request for Quotations (RFQ), or a Request for Proposals (RFP). NOTE: This announcement is the reissuance of an announcement released in April 2004. Since almost a year has passed since the release of the previous announcement and this project has not been initiated as yet, the Government wants to insure it has an up to date understanding of the options that are available to fulfill the abo! ve described requirements.
- Record
- SN00762119-W 20050305/050303212252 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |