SOURCES SOUGHT
20 -- Guardian Angel SONAR System
- Notice Date
- 4/9/2008
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8629-08-R-2394-0002
- Point of Contact
- Devin D. Banks,, Phone: (937) 255-9921, Nancy G. Leggett,, Phone: (937) 255-1696
- E-Mail Address
-
devin.banks@wpafb.af.mil, Nancy.Leggett@wpafb.af.mil
- Description
- 1. The Aeronautical Systems Center (ASC) is soliciting additional information to identify possible sources for search and rescue SONAR systems. Each SONAR system shall consist of the following components: dive mask, topside workstation computer, Side-Scan SONAR, Sector-Scan SONAR, and Diver Hand-Held SONAR. This SONAR procurement is part of the larger United States Air Force Guardian Angel (GA) program which is formulated to prosecute Department of Defense Combat Search and Rescue (CSAR). This Request for Information (RFI) is a modification to the RFI issued on January 25, 2008 and includes requests for relevant information on training and warranties as well as an integrated SONAR system and dive mask. This RFI is issued for informational purposes only and does not constitute a solicitation or commit the government to award a contract now or in the future. Submitting information for this RFI is voluntary and participants will not be compensated. 2. Respondents should describe their ability to meet or exceed the following kit objectives. Overall SONAR System Attributes: Dive mask shall: a.be full faced b.display depth indicator, dive time, tank air pressure, and magnetic heading c.be compatible with Diver Hand-Held SONAR mask-mounted display describe herein d.each kit/system shall contain no less than 6 masks Topside Workstation Computer shall: a.be capable of displaying SONAR images from all SONAR components described herein b.be capable of simultaneously displaying SONAR images from Sector-Scan and Diver Hand-Held SONAR components described herein c.be capable of processing, displaying, and storing at least 4 hours of imagery received from Side-Scan, Sector-Scan, and Diver Hand-Held SONAR components described herein d.have a sunlight readable display with brightness adjustment control All SONAR components described herein shall: a.be capable of displaying SONAR images on the same topside workstation computer as an integrated solution thus eliminating the need for multiple data/display devices b.operate in depths less than 50 meters c.be delivered in transportable, ruggedized, waterproof shipping containers d.be one-person, small-boat (Zodiac F470 or equivalent) deployable e.operate effectively in austere field environments and under conditions of minimal operator dexterity (i.e. while wearing diving gloves) f.operate on rechargeable power source g.operate effectively in both salt and fresh water and in water conditions down to zero visibility h.have locator beacons to facilitate recovery in instances where components become separated from operator or boat Side-Scan SONAR shall: a.operate with switchable frequencies a.a low frequency between 100 KHz and 300 KHz b.a high frequency between 600 KHz and 900 KHz b.not exceed 110 lbs Sector-Scan SONAR shall: a.be capable of operating simultaneously with Diver Hand-Held SONAR described herein b.operate with switchable frequencies between 600 KHz and 900 KHz c.not exceed 150 lbs d.have an accessory to mount SONAR head and enable hoist operations e.be capable of tripod mounting and allow for both vertical and horizontal scans f.have a quick disconnect to remove SONAR head from tripod Diver Hand-Held SONAR shall: a.be capable of operating simultaneously with Sector-Scan SONAR described herein b.operate with switchable frequencies i.a low frequency of between 600 KHz and 900 KHz ii.a high frequency of between 900 KHz and 1.8 MHz c.provide near video quality SONAR images i.a frame rate greater than 4 frames per second d.include a mask mounted display to allow a diver to view SONAR images e.have the option for surface personnel to view simultaneously the SONAR images seen by the diver f.have a recording capability of 1 hour and allow image data transfer to the topside workstation computer g.have an operating time of at least 2 hours on one battery charge h.have option to draw power from the surface i.have lighted adjustment controls j.be neutrally buoyant in fresh water Training: Training shall be designed to provide the information necessary to safely setup, operate and maintain the system. Training shall include fundamentals of system operations, setup and testing, operations and features of the system software, water operations, and system troubleshooting procedures. Explain the duration and depth of training available for this system. Offeror shall provide training at two (2) different sites for a small cadre of operators. Warranty: The government requires a three (3) year warranty to include the price for services and/or parts replacement. Please explain your warranty program, and if the customary warranty, service agreement, service contract, and/or maintenance agreement is less than what the program office requires, please explain what additional time/services would be necessary to bring the warranty to this level. Capability Demonstration: As a part of system evaluation, offerors shall be required to demonstrate the system’s capabilities. The government will expect offeror to successfully demonstrate that their systems meet the criteria outlined above. Therefore, an integrated system must be available and functional by the date of proposal submission by the offerors, tentatively scheduled to be May 2008. Details on how this demonstration will be accomplished will be described in the request for quote which will be published by 30 April 2008. 4. Two (2) paper copies should be submitted as set forth in paragraph 4. Paper copies must be clearly labeled “Proprietary/Competition Sensitive Information” on the cover sheets and on each applicable page. Proprietary/Competition sensitive information will be protected from disclosure. E-mail copies of the paper submittal will be accepted. Responses should be no more than 20 pages in length. 5. Responses shall be received no later than 2:00 PM, EST on April 17, 2008. Paper/e-mail submittals should be sent to 670 AESS/PK, Attn: Devin D. Banks, Capt, USAF (Com: 937-255-9921, e-mail: Devin.Banks@wpafb.af.mil), Bldg 46, 1895 Fifth Street, WPAFB OH 45433-7200. Any technical questions should be directed to Mr. Jon Ireland, (Com: 937-255-3051, e-mail: Jonathan.Ireland@wpafb.af.mil).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a6345ae5c8abcaf483e411ae40419cdb&tab=core&_cview=1)
- Place of Performance
- Address: Langley AFB, Virginia, 23665, United States
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN01550620-W 20080411/080409220527-a6345ae5c8abcaf483e411ae40419cdb (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 |