SOURCES SOUGHT
58 -- The Government is conducting this market research to determine available products and technologies capable of providing a compact lightweight package to display LRAS3 video imagery to additional operators at a low unit price.
- Notice Date
- 11/17/2009
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- CECOM Contracting Center,Washington (CECOM-CC), ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY-10-R-Z154
- Response Due
- 12/17/2009
- Archive Date
- 2/15/2010
- Point of Contact
- Charles R. Smith, 703-704-0829
- E-Mail Address
-
CECOM Contracting Center,Washington (CECOM-CC)
(charles.smith112@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Title: Monocular Display - Long Range Advanced Scout Surveillance System (LRAS3) The U.S. Army CECOM -Contracting Center and Program Manager, Night Vision/Reconnaissance, Surveillance, and Target Acquisition PM NV/RSTA) are conducting a sources sought market survey to identify contractors with the interest/capability to provide a Monocular Display for the Long Range Advanced Scout Surveillance System (LRAS3). This market survey is a follow-on to the market survey (sources sought) announcement issued on 06 Feb 2009 under Solicitation No. W15P7T-09-R-M201 The proposed acquisition will be for an award of a three year, firm fixed priced IDIQ contract for 897 Monocular Displays for LRAS3 with options for an additional 2,060 units. The Government is conducting this market research to determine available products and technologies capable of providing a compact lightweight package to display LRAS3 video imagery to additional operators at a low unit price. The intended packaging would be a small light weight handheld monocular viewer that can be easily stowed within a vehicle when not in use. The government is interested in products that are technologically mature and off the shelf. Additionally, responses should address ability to deliver a minimum of 100 units within one (1) month from contract award. The LRAS3 monocular display shall include stowage bracketry, cables, battery power supply and any additional equipment required to support integration with the LRAS3 system. PERFORMANCE REQUIREMENTS: The Government is seeking a low cost, compact non-developmental item which is commercially available, off the shelf. The Monocular Display must be handheld, battery powered, and fully ruggedized. The Monocular Display must be capable of accepting LRAS3 video stream and displaying both the widescreen (16:9) LRAS3 FLIR Video without any distortion as well as the LRAS3 day camera imagery with a 4:3 aspect ratio. The Monocular Display will provide the resolution and clarity necessary to read all symbology and text within the LRAS3 video imagery, and suffer no negative effects from burn in of the LRAS3 reticule or symbology. The Monocular Display battery power solution should use standard off the shelf batteries and be capable of powering the unit for at least 8 hours. The Monocular Display must meet all performance parameters outlined in attachment A and be compatible with the existing LRAS3 video output format also outlined in attachment A with no distortion of the widescreen FLIR imagery. When considering price estimates, respondents are requested to address complete system unit cost including all components, delivery, and maintenance. For complete technical specifications, please see attachment A. ALL INTERESTED PARTIES ARE MUST RESPOND NO LATER THAN 4:00pm on 17 December 2009. Technical questions and industry responses are to be sent via email to Kyle Schaefer at kyle.schaefer@conus.army.mil. Telephone requests will not be honored. OTHER INFORMATION: Interested sources are requested to provide complete descriptions of existing products. Industry responses must include sufficient documentation to support any claims that their system performance will meet the performance capabilities specified in Attachment A. Such documentation may include system technical specifications, product brochures and related literature, performance test data, system drawings and/or photographs, or any other data to support the state of system development and or production readiness. Additionally, industry responses are to specifically include an outline of supply chain considerations with emphasis on any known long lead items that may adversely impact production. Any limitations to ramping up monthly production and system integration considerations must be addressed. Industry responses should also submit their projected monthly production capabilities to include critical subcontractor and vendor production capacity along with estimated unit prices. All material submitted in response to this request must be unclassified. Interested parties possessing the capacity to deliver products meeting the requirements outlined above are requested to provide a White Paper describing: 1.Corporate capabilities, past and current relevant performance information, available facilities and assets 2.Technical and management approach for executing a Monocular Display program to include a detailed design; procurement of subsystems and components; rigorous contractor test and integration data; supporting technical documentation; and operational and sustainment considerations 3.A cost estimate on a Rough Order of Magnitude (ROM) to meet or exceed the notional requirements outlined above. 4.Name, telephone number, fax number, street address and e-mail address for Program and Technical points of contact information. The Government may afford interested parties an opportunity to discuss the contents of their White Papers during an industry one-on-one session where it is envisioned the parties will engage in an active information exchange dialogue to aid in the governments feasibility assessment. Additionally, the Government may allow interested parties an opportunity to provide a demonstration of their Monocular Display solution. It is anticipated that any such sessions would not exceed 4 hours, and will take place at Fort Belvoir, VA. This is not a request for proposals; however, all information received by the due date will be considered by the Government. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All responses made to this offering must be made at no cost to the Government. Information submitted in response to this Sources Sought will be considered an exchange of capabilities and ideas. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort.. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information submitted. Industry will be informed of project updates through publications in the FEDBIZOPS and postings on CECOM Interactive Business Opportunities page. CECOM has established the Interactive Business Opportunity Page (IBOP) website to allow electronic transmittals of data from CECOM to industry. All parties interested in doing business with CECOM LCMC are invited to access, operate, send and receive information on the IBOP at https://abop.monmouth.army.mil. Upon accessing this web page, click on the drop-down located under Army PreAward and select appropriate organization and click GO and follow the directions to gain access to potential business opportunities. Please be advised that hard copies of documents will not be made available; you must download them from the IBOP. You may access potential business opportunities by simply typing GUEST for the log-on ID and password. Registration for a user ID and password will only be necessary when you are considering the submission of proposals through the IBOP. Please contact the IBOP Help Desk, at (732) 532-1840 or (732) 532-5246 for any technical assistance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6c9cb3ed85d18e79242dfe55cb454439)
- Place of Performance
- Address: CECOM Contracting Center,Washington (CECOM-CC) ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN02005665-W 20091119/091118000044-6c9cb3ed85d18e79242dfe55cb454439 (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 |