Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2013 FBO #4185
DOCUMENT

99 -- MARKET RESEARCH - RADAR / LIDAR - Attachment

Notice Date
5/8/2013
 
Notice Type
Attachment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00164 Naval Surface Warfare Center, Indiana 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016413SNB22
 
Archive Date
6/26/2013
 
E-Mail Address
POINT OF CONTACT
(rebecca.lingenfelter@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/ and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil/ While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. MARKET RESEARCH: The Government is seeking information from vendors of ground surveillance radar (GSR), or similar, systems. The GSR will be part of a distributed persistent surveillance system consisting of multiple networked operator posts and multisensor nodes. Each multisensor node will consist of several sensors such as electro-optic infrared (EO/IR) sensors, shortwave infrared (SWIR) sensor, ground surveillance radar sensor, global positioning system (GPS), north-finding sensor, a means of target geolocation such as a laser rangefinder, connectivity to remote unattended ground sensors (UGS), unmanned aircraft system (UAS) video feed receiver, special-purpose sensors, and so forth. At a minimum the GSR should include the following features: 1.Modularity a.Weight “ GSR lowest replaceable unit (LRU) ™s should be a two-man lift, maximum. b.Transport “ GSR LRU ™s should be capable of being packaged into transit cases for short distance transport. c.Mountability “ GSR antenna should be capable of being mounted in various mounting configurations (tripod or mast). 2.Interface a.Connectivity “ utilize Ethernet for inter-system communication. b.Communications “ send GSR contact data to the System Operator utilizing standard formatting for radar contact data. c.Control “ capability to be controlled by a remote Combat Operations Center (COC) by a third-party software solution. 3.Detection a.Field of Regard - provide an azimuth field of regard of at least 300 degrees. b.Line of Sight Personnel Detection “ Detection of personnel contacts at a range of at least 8 km under optimal environmental conditions with a 0.9 probability c.Line of Sight Vehicle Detection - Detection of vehicle contacts at a range of at least 10 km under optimal environmental conditions with a 0.9 probability While the above are minimum requirements, submission of information regarding additional RADAR / LIDAR features is encouraged. All interested parties are encouraged to submit company and product literature, white paper, and/or other pertinent information for the Government ™s consideration by 2:00 PM Eastern Standard Time on 07 June 2013. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. Questions regarding this announcement may be directed to the Contracting Specialist, Rebecca Lingenfelter, rebecca.lingenfelter@navy.mil or (812) 854-5726. The mailing address for hard-copy submission is: NAVSURFWARCENDIV Crane, ATTN: Rebecca Lingenfelter, Code CXNM. Bldg 3168, 300 Highway 361, Crane IN 47522-5001. Electronic or hard-copy submissions will be reviewed if received by the closing date and time. The technical point of contact for this effort is Brian Kelley, brian.kelley@navy.mil, or (812) 854-5072. Please refer to announcement number N00164-13-SNB22 in all correspondence and communication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016413SNB22/listing.html)
 
Document(s)
Attachment
 
File Name: N0016413SNB22_13SNB22_note.docx (https://www.neco.navy.mil/synopsis_file/N0016413SNB22_13SNB22_note.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0016413SNB22_13SNB22_note.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03056585-W 20130510/130508235257-42f540aba6fe8aea090ea4a3f93dec1b (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.