Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
SOURCES SOUGHT

58 -- Airborne Surveillance, Target Acquistion and Minefield Detection System (ASTAMIDS)

Notice Date
9/2/2009
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army CECOM Contracting Center-Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-09-Q-0005
 
Response Due
10/5/2009
 
Archive Date
12/4/2009
 
Point of Contact
Jane Borden, 703-704-0817
 
E-Mail Address
US Army CECOM Contracting Center-Washington
(carol.jane.borden@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The CECOM Contracting Center Washington, on behalf of the Product Manager, Countermine & EOD, Office of the Project Manager for Close Combat Systems is seeking sources for an Airborne Surveillance, Target Acquisition and Minefield Detection System (ASTAMIDS) for entrance into Low Rate Initial Production (LRIP), with options to perform Full Rate Production (FRP). ASTAMIDS is an Intelligence, Surveillance and Reconnaissance (ISR) sensor payload possessing multi-function capability to perform Reconnaissance, Surveillance, and Target Acquisition (RSTA), Laser Designation (LD), and Minefield and Obstacle Detection (Countermine). ASTAMIDS is a multi-mission payload system capable of being mounted on manned or unmanned air platform(s) that can carry and integrate a 75 to 85 pound sensor payload mounted in a rotating step-stare gimbal assembly with minimal integration. Each ASTAMIDS consists of an Airborne Payload (AP) subsystem and software necessary to command and control the payload, manage digital imagery, plan and execute mission flight plans, and train operators on the system. The Government is seeking sources for acquisition planning purposes only. The Government intends to initiate Procurement of the AP subsystem of ASTAMIDS in FY2010. A five (5) year ID/IQ contract is being considered to include three (3) years of LRIP for eight (8) or more total systems subject to the availability of funding. LRIP will be followed by two (2) available years for FRP. Issuance of an RFP, award of contract and subsequent award of full rate production units would only occur after all required approvals are received. The AP shall consist of: an Electro-Optical/Infrared (EO/IR) camera/sensor assembly which includes a color zoom camera and a three Field of View (FOV) Infrared (IR) camera; a VNIR-Multi-Spectral Imager (MSI) with a Near Infrared (NIR) laser illuminator; a laser designator (LD); an eye-safe laser rangefinder (LRF); tracker; an integral Global Positioning Unit (GPS) receiver and an on-board Inertial Measurement Unit (IMU); a thermal management system for the payload; sensor control electronics; and other mission-specific hardware, software, and firmware components. The AP shall be capable of nadir and off-nadir step-stare operations, execute off-nadir strip, spot stare and rectangular step-stare image patterns, execute nadir rectangular step-stare, collect high resolution digital imagery and metadata, designate and locate targets and interface with the air platform and its subsystems. The ASTAMIDS AP shall be capable of demonstrating the following capabilities to the Government: 1) ASTAMIDS AP must mount on, interface with and be interoperable with the host airborne platform, whether manned or unmanned. The host platform is currently planned to be the Class IV MQ 8B Fire Scout UAS. 2) ASTAMIDS AP shall operate within the thermal, pressure altitude, electrical, mechanical, vibration, and shock environment of the host platform. ASTAMIDS AP must also maintain compatibility with all Electromagnetic Environmental Effects (E3) of the host Manned /Unmanned Airborne System (M/UAS) and with other natural or man-made Electromagnetic Environmental Effects. 3) ASTAMIDS AP shall utilize Line Replaceable Unit (LRU) and Line Replaceable Module (LRM) based maintenance to the greatest extent possible. 4) The ASTAMIDS AP Sensor air payload (AP) must weigh less than or equal to 85 pounds. 5) ASTAMIDS AP must have a Mean-Time-Between-System-Abort (MTBSA) of 288 hours. 6) ASTAMIDS AP must provide imagery and metadata for day/night operation and switch between spectral modes without loss of the target/object 7) ASTAMIDS AP must provide strip, spot and stare modes within its Field-Of-Regard (FOR). The ASTAMIDS AP FOR supports a scan volume around the air platform from nadir (-90 degrees or straight down) to 10 degrees above the horizon and a continuous 360 degrees around the horizon barring aircraft interference. The AP must be capable of both nadir and off-nadir step-stare. 8) ASTAMIDS AP must produce imagery sufficient to detect, recognize, identify and track stationary or moving APC sized objects within Field-Of-View (FOV) at an altitude of 10,000 ft above ground level (AGL). 9) ASTAMIDS AP must produce imagery sufficient to support a Probability of Detection/Recognition of.90 for standard military targets (3.5m x 3.5m) at 8 kilometer slant range and a Probability of Identification (POI) of.90 for an APC target at 4 kilometer slant range. 10) ASTAMIDS AP must provide target location of detected Battle Space Objects (BSOs) within 25 meter Target Location Error (TLE) 11) ASTAMIDS AP must provide laser ranging to a ground target (3.5m X 3.5m) at a slant range of 10 kilometers. 12) ASTAMIDS AP must auto-track stationary or moving standard military targets day and night. 13) ASTAMIDS AP when in the RSTA mode, narrow FOV and at a minimum forward ground speed of 70 knots shall have an area search rate of 200 square kilometers per hour (threshold) and 300 square kilometers per hour (objective) with a Ground Sample Distance (GSD) of 9 inch or less. 14) ASTAMIDS AP must provide laser designation for US Army and Joint laser guided munitions at a slant range of greater than 8 kilometers Lock-On After Launch (LOAL). 15) ASTAMIDS AP must produce imagery sufficient to support automated detection of man-made obstacles to mounted maneuver with a probability of detection (Pd) of.80 and a False Alarm Rate (FAR) less than 0.5 per square kilometer. 16) ASTAMIDS AP must produce imagery sufficient to support automated detection of surface laid patterned anti-tank (AT) minefields with a Pd of.90 and a FAR less than 0.5 per square kilometer with a swath width of 45 meters. 17) ASTAMIDS AP must produce imagery sufficient to support automated detection of recently buried AT minefields with up to 5 inches overburden that have been buried less than 48 hours with a Pd of.90 and a FAR less than 0.5 per square kilometer. 18) ASTAMIDS AP must produce imagery sufficient to assist the operator/analyst in providing an accurate ground location of the boundary of the detected minefield or obstacle field. The maximum variance between the location reported by ASTAMIDS AP and ground truth should not exceed 50 meter radius relevant to the portion of the obstacle/minefield covered by the platform. 19) ASTAMIDS AP must provide an on-board capability to provide in-flight boresighting of laser designator to the IR camera and virtual or actual boresighting of the EO and MSI cameras to the IR camera. 20) ASTAMIDS AP must store 4 hours of countermine mission imagery and metadata on-board the ASTAMIDS AP with a 50% reserve capacity. 21) Containerized for transport and storage, ASTAMIDS AP must be fully transportable by all military and commercial transport modes. Containers must protect ASTAMIDS AP from vibration and shock and be capable for use in austere hot and basic climates and wet, muddy, and sandy environments. Containers must be weatherproof and waterproof to withstand weather effects likely to be encountered during transport, handling and storage. Containers must include handles on sides for carrying and lifting by no more than four (4) soldiers. Containers must include component listing and employment instructions. 22) ASTAMIDS AP must be capable of operating in Hot and Basic climatic design types and the induced environment of the host platform, and operate in the same weather conditions as the host platform without special procedures or kits. 23) ASTAMIDS AP must be capable of surviving Hot and Basic climatic design types during extended storage periods and in transit. 24) The performance of ASTAMIDS AP must not be degraded when exposed to its operational electromagnetic environment (natural or man-made). ASTAMIDS AP must not interfere with, or be interfered with by the operation of any host platform equipment. ASTAMIDS AP must function in an Electronic Countermeasures (ECM) environment to the same extent as the host platform without degradation, and be electro-magnetically compatible with the intended operational and external electromagnetic environment (EME) including the operation X-band or Ku-band Radars from the same air platform. ASTAMIDS AP must not cause Electromagnetic Interference (EMI) in other communications equipment (MIL-STD-461F and MIL-STD-464A). The Government is interested in identifying sources of existing systems that are capable of meeting ASTAMIDS AP requirements specified above. Interested Sources must provide a description of the system including how the system meets the above requirements. Responses should include photographs of the system, video files, drawings/schematics and test/performance data and results which validate and support system capabilities. The response should also include a rough order of magnitude (ROM) per system price. Responses should be no longer than ten (10) pages (not including photographs, videos or test reports.) Responses should also indicate business size and any socio-economic considerations under NAICS Code 334511. This Market Survey is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). This Market Survey is not to be construed as a commitment by the U. S. Government. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this Market Survey, as this is a request for information only. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this Market Survey. Respondents will not be notified of the results of this survey or results of information submitted. The Government strongly encourages the informal discussion of any proposed system with the technical point of contact, provided below, prior to the submission. Questions concerning this market research may be directed to the Contract Specialist, Jane Borden at 703-704-0817 or mailto: carol.jane.borden@us.army.mil. Questions on technical matters related to requirements should be referred to Son Nguyen at 703-704-2506 or Son.T.Nguyen@us.army.mil. Please reference the RFQ Number (W909MY-09-Q-0005) in the Subject line of all responses and questions submitted. Prospective Sources are cautioned that only the Contracting Officer is legally authorized to commit the Government. All proprietary information should be clearly marked. Responses must be received via email to the Contract Specialist within 30 calendar days of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAB15/W909MY-09-Q-0005/listing.html)
 
Place of Performance
Address: US Army CECOM Contracting Center-Washington Bldg 362, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5811
 
Record
SN01938578-W 20090904/090903002019-b9e5905fe9eaf07a70944e7185267079 (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.