SOURCES SOUGHT
16 -- FCT TD-STAMP Turreted Sensor RFI
- Notice Date
- 6/11/2014
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-14-P7-ZD047
- Archive Date
- 7/29/2014
- Point of Contact
- Roxie Allen, LT, SC, USN, Phone: 3017575912
- E-Mail Address
-
roxie.allen@navy.mil
(roxie.allen@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- United States Navy and Marine Corps Small Tactical Unmanned Air Systems (PMA-263) Request for Information (RFI) Contracting Office Address Department of the Navy, Naval Air Systems Command, 47123 Buse Road Bldg 2272, Room 256, Patuxent River, MD, 20670-1547, UNITED STATES Description 1. Introduction This Request for Information (RFI) is in accordance with the Federal Acquisition Regulation (FAR) Part 15.2, and is published only to obtain information for use by the Naval Air Systems Command (NAVAIRSYSCOM), Program Executive Office, Strike Weapons & Unmanned Aviation (PEO(U&W)). This announcement constitutes a Request for Information (RFI) for planning purposes. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). The following information is requested for market research purposes in order to provide information to assist in conducting market research to identify new technologies for Navy and Marine Corps Small Tactical Unmanned Air Systems (Group 1-3). Program Manager, Navy and Marine Corps Small Tactical Unmanned Air Systems (PMA-263) under oversight from Program Executive Officer, Strike Weapons and Unmanned Aviation (PEO U&W) will provide the assessment team for this market research effort. 2. Objective/Requested Information PEO (U&W), PMA-263 is seeking industry input in order to identify Commercial Off the Shelf (COTS) or high (8/9+) Technology Readiness Level (TRL) availability of a turreted sensor providing full motion video (FMV) from both Electo-optical and Infrared stabilized cameras along with an integral gimbal mounted Laser marker/designator capable of supporting laser guided weapons. Information is sought for turrets which could be integrated to the Navy and Marine Corps Group 3 UAS Program of Record, RQ-21A. The lowest Size, Weight and Power preferred would be targeted for installation and operation from the Insitu developed, government owned RQ-21A “Blackjack”. The turreted EO-IR FMV sensors should provide improve imagery and performance while simultaneously supporting laser marking and designation for US and NATO Laser Spot Trackers (LST) and Laser Guided Weapons using the 1064 nm wavelength. Information is sought on available turreted EO-IR FMV Sensors with Laser Marker/Designator capability in the 9” diameter class with total turret weights of less than 15 lbs. Currently established requirements for RQ-21A turret include: 1) EO Object Classification with Minimum dimension of 1 m from 4242’ slant range 2) EO Image Quality of NIIRS 7+ at 4242’ slant range 3) IR Object Classification with minimum dimension of 3 m from 4242’ slant range 4) IR Image Quality of NIIRS 7+ at 4242’ slant range 5) Daytime Ground Resolved Distance (GRD) of 0.3 m at 4242’ slant range 6) Nighttime GRD of 0.4 m at 4242’ slant range 7) Sensor Point of Interest (SPOI) instantaneous spatial location accuracy of <50 m from 3000’ AGL at a 45 deg look down angle. 8) SPOI spatial location accuracy of <20 m after 60 seconds from 3000’ AGL at a 45 deg look down angle 9) Payload must provide an IR marker compatible with Night Vision Goggles (NVG) 10) Autotracker capable of tracking moving targets up to 60 mph with an 85% success rate with clear LOS and moderate clutter. 11) Provide a stabilized 1064nm Laser Designator (Marker) compatible with NATO standard pulse coding with a maximum effective range of 3.7km while maintaining a minimum of 85% of the laser energy on a standard 2.3 x 2.3m target consistent with supporting Hellfire Laser Guided Missile. 3. Industry Response Criteria Responses to this RFI shall contain your company’s name, street address, point of contact with phone number and email address, and company web page URL. Please limit your responses to 25 slides and 50 double-spaced printed pages, and provide one copy by email in Microsoft Office format. All material provided in response to this RFI shall be unclassified, non-confidential, and non-proprietary to the maximum extent practicable. If including proprietary information in the response, (1) ensure proprietary information is marked appropriately, (2) identify disposition instructions, and (3) indicate whether you require the Government to facilitate the execution of information/proprietary exchange agreements with any contractors providing advisory and assistance services to the Government who may have access to this proprietary information. Responses to RFI will not be returned. The Government will take all necessary steps to protect/safeguard any confidential/proprietary information provided. The Government will NOT be responsible for any confidential/proprietary information not clearly marked. At any time after receipt of RFI responses, the Government reserves the right to contact respondents for further discussion and/or clarification of the submittal. Industry responses to the RFI should be sent to below email address no later than 30 business days after posting to https://www.fbo.gov/ : Attn: LT Roxie Allen, Contract Specialist roxie.allen@navy.mil NOTICE: THIS IS NOT A REQUEST FOR PROPOSAL. RESPONSES TO THIS RFI ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THIS RFI IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR PROVIDED. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL, BUT RATHER A REQUEST FOR INFORMATION(RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated in this synopsis. This RFI is issued solely for market research, planning and information purposes and is not to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited hereunder. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above, including follow-on briefs. Vendors can additionally provide a capabilities statement of no more than 1 page in length that demonstrates the respondent’s ability to meet the requirements as specified herein, including any delivery schedule requirements, if applicable. The Government is interested in receiving vendors’ commercial published price lists for items they believe meet the need in this RFI. The Government is also interested in lead-time and current stock level. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential offeror’s responsibility to monitor this site for the release of any follow-on information. NAVAIR Points of Contact: Contractual questions or comments may be addressed to: LT Roxie Allen, Contract Specialist Office phone: 301-757-5912 Email: roxie.allen@navy.mil Technical questions or comments may be addressed to: Capt Eric Hovey, Advanced Development IPT Office phone: 301-342-0923 Email: eric.hovey@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-14-P7-ZD047/listing.html)
- Record
- SN03391449-W 20140613/140611234507-7c50ed44da0b4294b787cf09a7cec135 (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 |