SOURCES SOUGHT
58 -- DUAL SPECTRUM FIRE SUPPORT TARGETING SYSTEM (DSFSTS)
- Notice Date
- 1/23/2008
- Notice Type
- Sources Sought
- Contracting Office
- N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016408R8507
- Point of Contact
- Vonda Pollock Code 0565ZH, Bldg 3291, NAVSURFWARCENDIV, Crane, IN 47522 (812) 854-3683 Vonda.Pollock@navy.mil
- E-Mail Address
-
Email your questions to TO EMAIL POC
(Vonda.Pollock@navy.mil)
- Description
- MARKET SURVEY - SOURCES SOUGHT SYNOPSIS: The Government is issuing this sources-sought announcement as part of a market survey for a small, lightweight, dual spectrum, low-power, one-man portable device capable of detecting, recognizing, identifying, locating, and marking targets in day/night operations. The system must be able to operate in dual spectrums and under multiple weather conditions and scenarios. The system must be ruggedized, environmentally sealed and be able to be powered with an internal battery source. The system shall be comprised of two integrated optical sensors, an infrared Laser Pointer (LP), an eye-safe Laser Range Finder (LRF) and Global Positioning System (GPS) capability. The main sensor shall utilize a Forward Looking Infrared (FLIR) Focal Plane Array (FPA). The Secondary Sensor shall utilize a low-light technology which is capable of viewing the scene and infrared laser pointers, laser illuminators, and strobes. The developed system shall ha ve an integrated GPS receiver and angular measurement module coupled with a Laser Range Finder (LRF) capable of providing geodetic coordinates. All interested sources are encouraged to submit company and product literature, references and any other pertinent information for the Government?s consideration. The product information should include system size, weight, imaging sensor performance characteristics, laser performance characteristics, GPS capabilities (C/A and P(Y) code), target position accuracy, operational and storage temperatures, power requirements, setup/configuration (i.e. GUI), availability, and cost data. Information should also include full system descriptions and maturity information. Potential candidates may range from prototypes to existing off the shelf solutions. Potential systems should be capable of the following general characteristics. 1) Operation ? The system shall be capable of operations in handheld and tri-pod mounted modes. 2) Power ? The system shall run on internal military or COTS batteries, standard AC power and military vehicle power. 3) Size ? The system shall have a threshold volume of 360 in? and an objective volume of 180 in?. 4) Sensor Range Capabilities - As a threshold, the system sensors shall be capable of the following: Capability Threshold Detection Recognition Primary Sensor Ranges Man 5 Km 1.5 Km Vehicle 7 Km 3 Km Dwelling/Bldg 10 Km 5 Km Secondary Sensor Ranges Man 1 Km .5 Km Vehicle 2 Km 1 Km Dwelling/Bldg 3 Km 2 Km 5) Zoom Capability ? At a minimum the imaging sensors shall have a zoom capability. As an objective, the sensors shall have a slaved zoom capability. 6) Image Fusion/Blending ? As an objective, the sensors shall be able to exhibit fusion or blending capabilities. 7) GPS Capability ? At a minimum the system should utilize a C/A code GPS receiver in conjunction with an angular measurement device. As an objective, the system should utilize a SAASM GPS receiver. 8) Target Location Error ? The system shall have a threshold target location error of 100m at 1 km. 9) Laser Capabilities ? The Laser Rangefinder shall at a minimum be able to range target out to 5 km. The Laser Pointer shall at a minimum be able to mark targets at a range of 1 km. 10) Environmental - The system shall meet MIL-STD-810F specifications for Deployment and use by foot soldiers and ground personnel and Deployment and use on land vehicles (wheeled and tracked). Firms having access to demonstrated research and prototyping capabilities in this area are invited to submit literature, not exceeding ten pages of text, which describes the general approach, previous related work, and an estimate of overall costs (rough order of magnitude) in the form of a White Paper. Interested organizations should respond by providing the Government the following information; point of contact, address, telephone and fax numbers, email address, duns number, cage code and or tax ID number, as well as size category (large, small, small disadvantaged, etc) a brief summary of the company's capabilities, description of facilities, personnel, related manufacturing experience, and existing safety approvals. Also provide any supporting information such as commercial literature, catalogues, manuals, etc. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must meet these criteria. This sources sought synopsis 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 companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement to: Vonda Pollock, Code 0565ZH, Bldg 3291, NAVSURFWARCENDIV, Crane, IN 47522, telephone (812) 854-3683 or e-mail at: Vonda.Pollock@navy.mil.
- Web Link
-
NSWC Crane Web page
(http://www.crane.navy.mil/acquisition/homepage.htm)
- Record
- SN01491163-W 20080125/080123224815 (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 |