Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2012 FBO #3819
SOURCES SOUGHT

16 -- Request for Information on High Definition and Target Location Accuracy Aerial Sensor Payload Systems

Notice Date
5/7/2012
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T12XXXXX
 
Response Due
5/30/2012
 
Archive Date
7/29/2012
 
Point of Contact
christopher fisher, 4438614768
 
E-Mail Address
ACC-APG - Aberdeen Division B
(christopher.m.fisher24.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army, Product Manager, Robotic and Unmanned Sensors, Aberdeen Proving Grounds MD (PM RUS) is issuing a request for information (RFI) relative to aerial sensor payloads with High Definition Electro-Optic/Infrared (HD EO/IR) capability, Laser Designator (LD), Eyesafe Laser Rangefinder (ELRF) and precision Target Location Accuracy (TLA) in support of forthcoming programs. The response to this RFI will be used to maintain the relevance of aerial sensor programs under PM RUS in the context of current and future requirements. This RFI will serve to identify potential sources for the development and production of the high definition Electro-Optic/Infrared and Image Intensified sensor system with, multi-spectral/multi-band/multi-function laser designator and laser rangefinder Target Location Accuracy (CE/LE 90) capability suitable for integration onto manned and unmanned platforms. It will also serve to identify the industry experience, state-of-the-art technology, and manufacturing capability that are currently available or will be available within the next six months. Information obtained will be used to facilitate a PM-RUS Aerial EO/IR Sensor Payload Industry Day on 05 June 2012 at Aberdeen Proving Ground, MD followed by a one-on-one session. Details of the industry day will be provided 1st week of June. a.Sources are requested to provide budgetary rough-order of magnitude (ROM) unit pricing, schedule availability information, Mean Time Between Failure (MTBF), Mean Time Between System Abort (MTBSA), and any product literature available. b.System information may be technically evaluated and used for Modeling and Simulation (M&S) of system performance with various atmospheres and targets. Sources are requested to provide general system information, along with the required optical Modeling and Simulation (M&S) information to include input files (in *.txt format) if available for the following M&S programs: NVTHERMIP, IICAMIP, SSCAMIP, IINVD, NVLRG, and/or NVLASERD. c.Please highlight video output formats, laser wavelengths & capabilities, Inertial Measurement Unit (IMU)-to-gimbal accuracy errors, command and control protocols, and Size, Weight, and Power (SWaP). Systems will be evaluated against the current and future operational requirements of the US Army. 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. Scope of Effort The Government desires to enter a Cost Plus Incentive Fee (CPIF) development contract with Firm Fixed Price (FFP) production options for the capability described below. Production of HD EO/IR systems shall commence within 18 months of contract award and systems shall be upgradable to a precision TLA capability NLT FY17. Qualified vendors shall have an existing product that meets performance requirements or an objective program path that will meet requirements within 6 months (Unclassified requirements see Attachments 1 & 2, for Classified requirements see note below). Qualified vendors shall also have sufficient production capacity to meet production quantities. The response must include a short introductory technical description of the proposed system/technologies to be employed and how this approach will meet the payload requirements that are listed in the attachment. Additional documentation such as formal test results and assessments from a Government test agency, product descriptions, and previous contract performance may be appended. Description of Sensor/System Capability This sensor shall be capable of being integrated onto Manned and Unmanned Aircraft. The sensor will require an LD, ELRF, Laser Target Marker (LTM), and Laser Spot Tracker (LST), as well as an Image Intensified (I2) imager. The Electro Optic/Infrared/Image Intensified/Laser Designator/Laser Rangefinder (EO/IR/I2/LD/LRF) system (MIL STD-810F/G and 461E/F compliant) with High Definition Electro-Optic/Infrared capability (minimum requirement of 720p output resolution) 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 Electro-Optic (EO) sensor will provide high definition imagery during high light conditions in color and be capable of black and white imagery when selected by the operator. The Image Intensified (I2) sensor will provide imagery during low light conditions in the spectral band between 650-900nm that can be fused with EO/IR imagery when selected by the operator. An Infra Red (IR) sensor will provide high definition imagery day and night. The ELRF will provide accurate target location accuracy (CE/LE 90) and allow a first round fire for effect. It provides the ability to accurately range and designate for precision guided munitions and reporting of target locations. The LTM will provide a capability to quickly cue or conduct target handover to personnel equipped with I2 devices. The LST provides the ability to acquire and track coded laser energy and provides another means for target handover. Government objectives are: a.A low cost, non-developmental item (NDI) sensor with minimal modifications to meet manned and unmanned, fixed wing and rotary airborne platforms. b. HD EO/IR TRL level 7 as it exists today or a clear path to TRL level 7 within 6 months with the design capacity to accommodate the SWAP requirement for TLA. c.Provide TLA TRL status as it exists today or a clear path to TRL level 7 within 18 months or less. d. Open architecture design to accommodate new capabilities/technologies in the future. 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. Corporate capabilities to meet the requirements stated above. c. An assessment of associated risks for this program and possible mitigation approaches, to include all modifications or differences required to meet the requirements. d. Current manufacturing capabilities and number of systems produced that are similar to the proposed system. e. Test and historical data on operation of the system, to include information on where and how the systems have been tested or operated Recommended RFI Response Format All material submitted in response to this RFI must be unclassified. Interested parties possessing the capacity to deliver products meeting the objectives outlined above are requested to provide a White Paper in electronic format describing the approach to produce, manage and meet the production/performance objectives established above and should address the following items: 1.Company Name, Contact Name, Position, Telephone, E-mail, Company URL. 2.Comments with regard to the feasibility achieving the stated production/performance objectives within the time frames specified to include a supporting program schedule that represents a low risk approach to meeting the objectives outlined above. 3.Provide an assessment of the associated risks for the program and respective risk mitigation approaches to include potential throughput challenges, production test reject rates and challenges associated with resolution of the potential top three yield problems. 4.Submission of alternative strategies, suggestions for acceleration of system delivery, test, qualification, recommendations for economic ordering quantities, economical range quantity breaks, realistic schedules for production ramp up and surge quantities, and monthly production sustainment quantities are of significant interest to the Government. 5.Technical and management approach for executing the program including a detailed design; procurement of subsystems and components and the integration of sensor components; rigorous contractor test and integration data; supporting technical documentation; and, operation and sustainment considerations. 6.A Rough Order of Magnitude price estimates for system, system components spares and training. 7.Information about the current level of environmental qualification of the system or system components being described as well as its predicted or actual reliability. 8.Information must include complete descriptions of existing or objective products that will be available for demonstration and must include sufficient documentation to support any claims that the system performance will meet the minimum performance capabilities contained herein. 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 or system component development and or production readiness. 9.Outline of supply chain considerations with emphasis on any known long lead items that may adversely impact high rate production in an accelerated environment and strategies to overcome potential parts obsolescence problems. 10.Address projected monthly production capabilities to include critical subcontractor and vendor production capacity along with any limitations to ramping up to high rate monthly production and system integration considerations along with proposed resolutions to potential production impediments. 11.Corporate capabilities ( i.e., available facilities and assets to include existing production facilities, total available square footage to include additional floor space available for expansion; amount that could be dedicated to the program, quality management programs, manufacturing process controls and configuration management control systems) and company profile (i.e., company type, US or non-US ownership, Cage code, DUNs number, size and status as listed in the Central Contractor Registration). 12.Past and current relevant performance information. 13.Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. RFI Administrative Information Commencing in June 2012, the Government may afford interested parties an opportunity to discuss the contents of their white paper during an industry day and one-on-one session where it is envisioned the parties will engage in an active information exchange dialogue to aid in the government's feasibility assessment. Additionally, the government may allow interested parties an opportunity to provide a demonstration of their solution. It is anticipated that any such sessions would not exceed 4 hours and will take place at PM RUS at Aberdeen Proving Grounds, MD. The industry day is planned for 05 June, 2012 followed by one-on-one session on the following day. The Government will not be liable for payment of any expenditure incurred for response preparation purposes or to attend the industry one-on-one session. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. All interested firms that possess the capabilities and capacities addressed herein are encouraged to respond to the notice by providing the information specified below, on or before 1700 hours on 30 May 2012. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint. If a soft-copy cannot be provided, written information will be accepted. Information may be provided through mail, or via e-mail. You may forward your UNCLASSIFED responses to PM Robotic & Unmanned Sensors, ATTN: SFAE-IEW-NV-RUS (MAJ Jason Marshall) Building 6006, B2-133, Combat Drive, Aberdeen Proving Ground, MD 21005 or via email to jason.w.marshall3.mil@mail.mil. Questions regarding this RFI may be addressed to Mr Thomas Almuttil at thomas.m.almuttil.civ@mail.mil or MAJ Jason Marshall jason.w.marshall3.mil@mail.mil. Access to Attachments 1 and 2 can be requested through the ASFI Secure Documents Package Function. To receive the Classified specification please provide your security officer contact information to Nancy Alexander via email nancy.l.alexander22.ctr@mail.mil. Government reserves the right to review each requests on a case by case basis, conduct security investigation before releasing any classified information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4a889726946af92d82ea00ea843373d6)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02741250-W 20120509/120507235511-4a889726946af92d82ea00ea843373d6 (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.