SOURCES SOUGHT
67 -- 360 degree camera
- Notice Date
- 12/1/2005
- Notice Type
- Sources Sought
- Contracting Office
- M67854 Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M67854CAM360
- Response Due
- 12/15/2005
- Description
- The United States Marine Corps (USMC) is issuing a Request for Information (RFI) as part of a market survey. The USMC is seeking information on vendors? capability of providing a Commercial 360 Degree Camera System integrated on a military vehicle. CAPABILITY DISCUSSION. The 360 Degree Camera System shall provide, daylight imagery, night vision imagery, cooled thermal imaging, a telescoping mast, and will have the capability to operate while moving when mounted on a vehicle. Information being requested includes, but is not limited to, specific product performance specifications and capabilities such as: telescopic capability, magnification capabilities, focal length capabilities, objective sizes, sensitivity, operational wavelengths, video display resolution, operating temperature ranges, power requirements (startup vs. steady state [continuous]) for individual subsystems and total overall system level, weight(s), Cool down time, field of view (FOV), detection capability, physical dimensions, system reliability, shock tests, time to operate, video output, detector type, sensor type, output of black hot and/or white hot, operating altitudes, environmental limitations, objective focus, elevation tilt range, laser range finder capability, laser illumination capability, laser category, laser wavelength, laser power, data transfer rate, refresh rate, slew rate, data transmission capabilities, stabilization (platform, optic) abilities, and past performance information. DELIVERY. Current requirements require an initial delivery of 27 systems by June 2006 followed by an estimated delivery of 38 by August 2006, for a total of 65 systems. Interested vendors shall have the capability of shipping and supporting this equipment in CONUS and OCONUS locations. The vendor shall be able to preserve and pack items as required by ASTMD 3951-88, in accordance with MIL-STD-129 for Marking, Shipment and Storage. WARRANTY. Interested vendors should provide data showing they are capable of providing, at a minimum, a 12-mont h warranty on all products and services provided. The Government is also interested in comprehensive five year extended warranty. SYSTEM INTEGRATION/INSTALLATION. The vendor must have the capability to integrate/install the system on top of a military vehicle. There are no engineering drawings for the vehicles available SYSTEM RUGGEDNESS. The 360 Degree Camera System shall possess sufficient ruggedness to withstand military transport, including but not limited to waterborne craft (including LCACs), rotary and fixed wing aircraft, ground vehicles without degrading the safety and operational performance of the system. The 360 Degree Camera System?s performance shall not be degraded by exposure to the following environmental conditions: salt, fog, sand, dust, rain, smoke, snow, and temperature extremes. VENDOR RESPONSE TO THIS REQUEST FOR INFORMATION Vendors capable of providing a 360 Degree Camera System that demonstrates the attributes stated above, may submit a Capability Statement outlining their ability to accomplish this potential effort; unit pricing, replacement part kit pricing; integration pricing; current GSA contract (if on GSA), commercial availability information on delivery and lead times, warranty terms and conditions, and ability to offer the Government a five year comprehensive extended warranty . Vendors should submit detailed descriptions of any candidates to include test data, drawings, pictures, brochures, etc. that will convey the operating principles as well as general and specific system capabilities behind the submissions. This sources sought/RFI is for planning purposes and is not to be construed as a request for proposal or as an obligation in part of the Government to acquire any follow-on acquisition. Responses to this RFI should be mailed or delivered via FedEx, UPS or DHL to: Commanding General, MARCORSYSCOM, Attn: H. Hubbell; GTES, 2200 Lester Street, Quantico, VA 22134 no later than 15 December 2005. It is requested that within each capability statement vendors state th eir CAGE Code and DUNS number, and identify a corporate point of contact. The Government recognizes that proprietary data may be part of this effort. If so included, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. Point of Contact: Holly Hubbell E-Mail Address: holly.r.hubbell@usmc.mil Contracting Office: United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, VA, 22134-5010
- Record
- SN00943130-W 20051203/051201212447 (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 |