Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2010 FBO #2967
SOURCES SOUGHT

10 -- The United States Marine Corps is currently seeking information for a non-developmental True North Module (TNM) system for the vehicle-mobile Marine.

Notice Date
1/6/2010
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410I6006
 
Response Due
2/5/2010
 
Archive Date
2/20/2010
 
Point of Contact
Kelly Kowalczyk 703-432-4241
 
Small Business Set-Aside
N/A
 
Description
The United States Marine Corps is currently seeking information for a non-developmental True North Module (TNM) system for the vehicle-mobile Marine. The Marine Corps has an operational requirement to provide a device that will enhance the capabilities of the Common Laser Rangefinder (CLRF) system by providing an accurate azimuth measurement referenced to True North. This will be an improvement over the existing CLRF Digital Magnetic Compass (DMC) which is adversely affected by magnetic disturbances. The use of the TNM system will enable highly accurate target location in environments where the DMC is adversely affected. The focus of the system procurement will be on the vehicle-mobile observer. Size and weight will be a primary consideration; however, the system will provide an accurate targeting capability in all environments in order to give the operator the means for engaging targets at long-range distances. The attributes that follow describe some of the specific characteristics that are required to provide the desired capability: a) operate and meet accuracy requirements in the presence of magnetic fields (threshold); b) operate and meet accuracy requirements day and night in all weather conditions (threshold); c) operate and meet accuracy requirements in urban canyons, inside of buildings, and under jungle canopy (threshold); d) determine true azimuth in 120 seconds with 8 mils 1 sigma azimuth accuracy and in 300 seconds with 5 mils 1 sigma azimuth accuracy (threshold); e) determine true azimuth during quick close combat engagements in 15 seconds with 10 mils 1 sigma azimuth accuracy (objective); f) operate hand-held without a tripod (objective); g) be int! eroperable with the CLRF (and any part of the TNM that is permanently attached to the CLRF) combined with current Marine Corps targeting equipment, specifically, the AN/PAS-22 Long Range Thermal Imager, the AN/PAS-25 Thermal Laser Spot Imager, and the AN/PVS-14 Monocular Night Vision Device (threshold); h) weigh less than or equal to 7.5 pounds (threshold), 3.0 pounds (objective); and i) export digital data to the Defense Advanced GPS Receiver (DAGR). Hybrid systems are allowable to better meet the attributes listed. Vendors capable of meeting the attributes stated above by making minor product modifications for integration with the CLRF are encouraged to respond to this notice. Vendors capable of providing a system that demonstrates the attributes stated above, in whole or in part, are invited to submit a response to this notice. Vendor responses should also provide information on the following topics: (1) maintenance requirements, (2) training requirements, (3) system reliability/availability, (4) warranty, and (5) cost per unit(s). Vendors should limit formal responses to 12 pages (excluding drawings, pictures, brochures, etc.). Vendors should submit detailed descriptions of any candidates to include drawings, pictures, brochures, etc. that will convey the operating principles as well as general and specific system capabilities and their ability to meet the attributes above. Vendors should describe any past or current contracts whose deliverables satisfy items covered in this announcement, either in whole or in part. The Government anticipates providing via a bailment agreement GFE loan of two AN/PEQ-13 Vector 21Bs when requested by qualified bidders after release of the RFP. The Government anticipates that vendors would have a system at TRL 6 or higher. The Vector 21B will not be released to foreign companies nor shipped outside of the United States of America. It is anticipated that two (2) production representative bid samples will be required with submittal of proposals after release of the RFP. Proposals and bid sample submissions are anticipated within 45 days after release of a formal RFP in the 2nd or 3rd Quarter of FY 2010 and would stipulate completed deliveries within a 12 month period of contract award. A draft of the Vehicle-Mobile TNM Performance Specification has been included with this Sources Sought Notice for vendor comment. Those interested vendors seeking copies of the documents listed in 2.2.4 of the draft Vehicle-Mobile TNM Performance Specification must submit an email request to kelly.kowalczyk@usmc.mil with the information noted below (e.g. CAGE, DUNS, etc.). Once received, those vendors receiving copies are notified that provided documents will not be released nor conveyed to any third parties and are considered proprietary in nature. The Government is requesting vendor comments on the draft Vehicle-Mobile TNM Performance Specification for clarification and technical feasibility; however, the Government is under no obligation to adhere to vendor comments submitted. Interested sources are requested to respond NLT 4:30pm EST on 5 FEB 2010 stating their CAGE code, DUNS number, copy of GSA schedule, business size, SIC Code, and the complete contact information for a corporate point of contact. Interested sources should respond to Marine Corps Systems Command, ATTN: AFSS (CT026), Kelly Kowalczyk, 2200 Lester Street, Quantico, VA 22134-5050. Proprietary information shall be clearly marked. This RFI is for planning purposes and shall not be construed as an invitation for bid, request for quotation, request for proposal, or as obligation on the part of the Government to acquire any products or services. Responses shall be treated as information only and part of market research and will not be shared outside of the Government. All information shall be submitted at no cost or obligation to the Government, no entitlement to payment of direct or indirect costs or charges to the Government as a result of contractor responses to this announcement. Documentation provided will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410I6006/listing.html)
 
Record
SN02036133-W 20100108/100107000040-ec6da280d5d4223fd4b6efc3a24e5362 (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.