Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2010 FBO #3304
SOURCES SOUGHT

54 -- Performance and Reliability Enhancements to the thermal imaging system

Notice Date
12/9/2010
 
Notice Type
Sources Sought
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
SSC-Pacific_MKTSVY_8D1AE
 
Response Due
1/14/2011
 
Archive Date
1/29/2011
 
Point of Contact
Point of Contact - Mark Lorenzo, Contract Specialist, 619-553-7502
 
E-Mail Address
Contract Specialist
(mark.lorenzo@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATIONPerformance and Reliability Enhancements/Alternatives to the Thermal Imaging Systems December 9, 2010 1. INFORMATION The Electro-Optic Surveillance Group (Code 56430) of the Space and Naval Warfare Systems Center, Pacific (SSC Pacific), is seeking to increase the reliability and performance of the two thermal imaging systems in use. The purpose of this Request For Information (RFI) is to identify potential sources capable of providing alternatives to the current thermal imaging systems. Each system has different detection, recognition and identification requirements. One system is required to detect commercial ships at 30+ miles, recognize at 15+ miles and identify at 12+ miles. The other system is required to detect commercial ships at 10+ miles, recognize at 5+ miles and identify 2+ miles. Detection is defined as seeing white spots on the video; Recognition is being able to classify target into ship types. Identification is being able to see the radar on the ship. Both systems must be able to meet the DRI range in adverse weather conditions (e.g.heavy rain and fog). System will be mounted near shore, as little as 10 meters up to 40 meters above sea level. The desired features of the two systems are continuous zoom, auto gain, auto focus, at least 640x480 resolution, digital video output, serial or Ethernet control, environmental enclosure, at least 8 years MTBF and at least 15,000 service hours if camera has a cooler. Solutions from any of the IR spectrum are welcomed as long as the requirements can be met. 2. NOTICE The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. However, SSC Pacific will utilize the information for technical and acquisition planning. Furthermore, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested partys expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website and the SPAWAR e-Commerce Central website at https://e- commerce.sscno.nmci.navy.mil. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. It is recognized that cost information provided by the contractor is a preliminary estimate for planning purposes; the contractor will not be bound to these estimates. Subsequent acquisitions which best meet SSC Pacific needs may follow. The government invites comments related to possible purchase or acquisition strategies. If there is a GSA or other contract vehicle already available for the technology being proposed, please include this information in the response. All data received in response to this RFI marked or designated as corporate, or proprietary will be fully protected from release outside the government. It is not the intent of SSC Pacific to reimburse providers for the cost of submitting information in response to this RFI. Questions pertaining to this announcement may be directed to the POC, Ms. Sherry Su, Project Engineer, at e-mail address sherry.su@navy.mil. 3. SUBMISSION REQUIREMENTS. Potential responders interested in a development effort to meet the requirements of the thermal imaging systems are requested to respond to this RFI no later than 1400 on December 10th, 2010. Responders are requested to submit an Information Statement which provides the following: a) Company/agency name, business description, and POC information. b) Product name(s) c) Product description(s) to include: Physical and functional description of the item ( size, weight, power, external interfaces, etc. ) Technical performance description of the item and relevant documentation ( specification, interface control documents, test reports, papers, etc. ) If not yet in production, provide the development status and anticipated schedule for completion. d.) Procurement cost estimate of technology. Responses shall be submitted through the SPAWAR e- Commerce Central site (https://e- commerce.sscno.nmci.navy.mil). Responses shall fully address the requirements of section 1 Information herein. Responses shall provide administrative information on company letterhead, and shall include the following as a minimum: name, mailing address, phone number, and e-mail of designated point of contact. Be advised that all submissions become Government property and will not be returned. SSC Pacific intends to use contractor support personnel to aid in the review of RFI submissions. Accordingly, responses shall not contain any proprietary information, or in the alternative, responders shall provide written permission allowing contractor support personnel to review the response. If any responder has concerns with release of its submission to contractor support personnel, please state so in your submittal. To access the SPAWAR E- Commerce Central website, go to: https://e- commerce.sscno.nmci.navy.mil. Click on SSC Pacific, then Market Surveys, then the yellow folder to the left of RFI: Performance and Reliability Improvements for the Thermal Imaging Systems to view other important information related to this RFI. Interested parties are encouraged to subscribe to the SPAWAR website to ensure they receive any important information updates connected with this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/SSC-Pacific_MKTSVY_8D1AE/listing.html)
 
Place of Performance
Address: 53570 SILVERGATE AVENUE BLDG 85, SAN DIEGO CA
Zip Code: 92152
 
Record
SN02341608-W 20101211/101209234257-1ee5d145bd28dd349aaefc20e54a0c3b (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.