Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2012 FBO #3906
SOURCES SOUGHT

A -- Request for Information - EO High Resolution Airborne Context Camera

Notice Date
8/2/2012
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-12-R-C051
 
Response Due
9/3/2012
 
Archive Date
11/2/2012
 
Point of Contact
Tamara N Abdelmoty, 703-704-0827
 
E-Mail Address
ACC-APG - Washington
(tamara.n.abdelmoty.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION; The Government is not obligated to make an award as a result of this request. This Request for Information (RFI) is for informational purposes only; this is not a Request for Proposal (RFP). The Government will not pay for information and materials received in response to this RFI and is in no way obligated by the information received. BACKGROUND/DESCRIPTION: The United States Army, Night Vision and Electronic Sensors Directorate (NVESD), Air Systems Division (ASD), on behalf of Project Manager - Airborne Reconnaissance and Exploitation Systems (PM ARES), is issuing this RFI for the purpose of determining the state of Electro-Optical airborne imaging technology and identifying mature and proven EO imaging payloads compatible with unpressurized operations on manned surveillance aircraft. REQUIREMENTS: The Army is interested in all sources that have the following characteristics: (1)A mature airborne imaging system that can provide continuous sets of still-frame color EO imagery from a nadir-looking position in the unpressurized payload bay of a manned surveillance aircraft flying between 10000-20000 ft. AGL (2)An integrated system that images the ground with a ground sample distance (GSD) from a nadir-looking geometry of no greater than 6" at an altitude of 10,000ft AGL (threshold) or 4" (objective). The camera system should image a cross-track field of view of at least 28 degrees in the dimension perpendicular to the direction of flight. (3)The imaging system must provide a complete geo-location solution for all imagery captured inflight, generating a complementary metadata package for each image that enables geo-registered placement of that imagery to within 30 meters of absolute ground position. (4)The system should capture full color imagery with automatic and appropriate color balancing calibration to ensure color constancy between missions and between cameras if a multiple-camera solution is proposed (5)The system should provide a robust and realtime autofocus capability, with automatic compensation for temperature, pressure and altitude changes in flight. (6)The system should offer full auto-exposure (via gain, integration time, and/or aperture control) under various illumination conditions (bright sun through overcast) over varying and rapidly changing terrain types (urban, densely vegetated, desert, or littoral) without external operator inputs (7)The system should provide onboard storage of all captured imagery for mission durations of up to four hours. (8)The system should come with a proven strap-down mounting solution to provide all necessary passive vibration isolation from aircraft structure It is also desired that sources have the following characteristics: Payloads are fully developed, extensively tested and have initial evaluation units ready for possible procurement. WHITE PAPER SUBMISSIONS: Interested and capable sources are asked to submit a white paper containing a description of the proposed solution to the requirements listed above, along with the completed Specification Matrix. Responses shall be limited to 10 single-sided pages (excluding cover page, table of contents and Specification Matrix), minimum 10 pt New Times Roman font, including a one page synopsis of current and past relevant activities in EO/IR payload design, development, fabrication and testing. The remaining pages should discuss in detail the relevant EO/IR payload. Please include a discussion on payload maturity. The data received in response to this RFI is for informational purposes only and does not mandate or impose requirements. It is desirable that data be received with unlimited rights to the Government. However, it is recognized that proprietary data may be included with the information provided. If so, clearly mark all proprietary information. No solicitation document exists and formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. All responses to this RFI shall be submitted within 30 calendar days of the date of this announcement. All questions and white papers must be submitted via e-mail to Ms. Tamara Abdelmoty, Contract Specialist at tamara.n.abdelmoty.civ@mail.mil, or Mr. Raymond A.Jones, Contracting Officer at raymond.a.jones46.civ@mail.mil. Please reference RFI number W909MY-12-R-C051 in all requests for information and in the white paper submission. No telephonic or fax inquiries or requests will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/48bbce3240061ae1d309ce880f874bef)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02824648-W 20120804/120803000241-48bbce3240061ae1d309ce880f874bef (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.