Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2009 FBO #2798
SOURCES SOUGHT

16 -- Request for Information on the Common Sensor Payload System

Notice Date
7/23/2009
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-09-CSP-PROD-01
 
Response Due
7/30/2009
 
Archive Date
9/28/2009
 
Point of Contact
Janet M. Boots, 703-704-1835<br />
 
E-Mail Address
US Army C-E LCMC Acquisition Center - DAAB07
(janet.m.boots@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Title: Request for Information on the Common Sensor Payload System 1. The U.S. Army, Product Manager, Robotic and Unmanned Sensors, Fort Monmouth, NJ is issuing a request for information (RFI) relative to Common Sensor Payload (CSP) Systems in support of the programs forthcoming Milestone C Decision. 2. The response to this RFI will be used to update the existing acquisition strategy for the CSP System Program and to incorporate modifications required to maintain CSPs relevance in the context of current and future requirements. This RFI will serve to identify potential sources for the production of the Electro-Optic/Infrared/Image Intensified sensor system with laser designator and laser rangefinder capability suitable for integration onto manned and unmanned platforms. It will also serve to identify industry experience, state-of-the-art technology and manufacturing capability able to deliver within the timeframe required. A significant concern is the ability to satisfy future requirements with little or no modification necessary to the existing system. The Government desires to identify systems that are fully developed, extensively tested and in current production. 3. This RFI is for planning purposes only; this is not a request for Quotations or Proposals. No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. 4. Scope of Effort: The government desires to enter a Fixed Price production phase for the CSP capability as described below. Deliveries of systems shall commence within 12 months of contract award. Qualified vendors shall have an existing product that meets performance requirements. Qualified vendors shall also have sufficient production capacity to meet production quantities as stated. The response must include a short introductory technical description of the proposed system/technologies to be employed and how this approach meets the stated requirements and interface control document. Additional documentation such as formal test results and assessments from a Government test agency, product descriptions, previous performance, may be appended. 5. Description of CSP capability: This sensor shall be capable of being integrated into the Manned and Unmanned Aircraft System. The Electro Optic/Infrared/Image Intensified/Laser Designator/Laser Rangefinder (EO/IR/I2/LD/LRF) system shall provide a battlefield commander with overall mission area support to perform tactical level reconnaissance, surveillance and target acquisition and attack throughout the full spectrum of Army and Joint operations. The EO/IR/I2/LD/LRF is a day/night imaging sensor that is capable of providing continuous, fully focused, near real time imagery and the ability to accurately range and designate for precision guided munitions and reporting of target locations. 6. Government objectives are: a. A low cost, non-developmental item (NDI) common sensor for manned and unmanned airborne platforms. b. Meet all the requirements in the Common Sensor Payload Performance Based Specification, Rev D, dated 17 July 2009 c. Compatible with the Common Sensor Payload Interface Control Document, Rev C, dated 2 July 2009 d. TRL level 7 as it exists today. e. Allows for a clear path for added capabilities in the near term and new capabilities/technologies in the future. 7. Interested parties possessing the ability to meet the key aspects as outlined above are requested to provide a White Paper describing: a. A supporting program schedule that represents your low risk approach to meeting the objectives outlined above. b. Range quantity price for 1-30 systems, 31-60 systems, 61-90 systems and 91-125 systems for seven (7) consecutive production years. c. Corporate capabilities to meet the requirements stated above. d. An assessment of associated risks for this program and possible mitigation approaches, to include all modifications or differences required to meet the requirements. e. Current manufacturing capabilities and number of systems produced, which have little or no modifications that are similar to the proposed system. f. Test and historical data on operation of the system, to include information on where and how the systems have been tested or operated 8. Submission: The system specification and interface control documents referenced above are ITAR restricted and there is a classified portion of the specification. In order to receive these documents you must certify that your company is cleared to receive ITAR restricted information and has a SECRET facility and SECRET storage capability. The Cage Code and addresses for these facilities must be provided to Janet Boots prior to issuance of the specification. E-mail this information to janet.m.boots@us.army.mil. You must also provide the name and address of your respective Security officer, who will be in receipt of these documents. Once this information is received by Janet Boots and confirmed by the appropriate Government Office, you will be placed on the list of authorized offerors to receive all the Documents for this specification. The Requiring Activity will forward the documents directly to the authorized offerors. All interested firms that possess the capabilities addressed herein must request the classified materials within 5 business days of the date of this announcement. The ITAR restricted and classified materials will be sent to all interested parties at the same time. Upon receipt of the complete RFI materials, interested firms are encouraged to respond to this RFI by providing the information specified within 10 business days. Respondents are requested to submit one electronic copy of the response to Janet Boots, janet.m.boots@us.army.mil. Include Common Sensor RFI in the subject line and one (1) hard copy to PM NV/RSTA, ATTN: Janet Boots, 10221 Burbeck Road, Fort Belvoir VA 22060-5806.9. Points of Contact (POC): Government POC: Janet Boots, (703) 704-1835, janet.m.boots@us.army.mil Technical POC: Adam Terio, (703) 704-2742, adam.terio@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAB07/W15P7T-09-CSP-PROD-01/listing.html)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
Zip Code: 07703-5008<br />
 
Record
SN01885759-W 20090725/090724000921-1488f0b2172d1958cfe60f6633c9f4a0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.