Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2014 FBO #4634
SOURCES SOUGHT

58 -- Wide-angle Imaging Night-sight Generation-1 for Remote Weapon Systems

Notice Date
7/31/2014
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-14-X-3686
 
Response Due
9/1/2014
 
Archive Date
10/1/2014
 
Point of Contact
Travis T. James, 973-724-4591
 
E-Mail Address
ACC - New Jersey
(travis.james3@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command - New Jersey on behalf of the Project Manager Crew Served Weapons (PMCSW), located at Picatinny Arsenal, NJ, is seeking information from organizations that possess a Wide-angle Imaging Night-sight Generation-1 (WING-1) for use with Remote Weapon Systems (RWS). Information is being sought for Thermal Imaging Systems with mature technologies that can be readily modified and integrated to meet the following criteria: - Passive imaging in the mid or long wave IR - Maximum envelope size 7.1 in x 7.1 in x 11.7 in - Weight no more than 15 lbs - Power per MIL-STD-1275 - Environmentally ruggedized - The WING-1 minimum focal-plane array (FPA) resolution in each dimension shall be 640 pixels horizontally and 480 pixels vertically. - The WING-1 shall be capable of identifying a vehicle sized target at extended ranges. - The WING-1 shall be capable of providing simultaneous wide and narrow field of view video feeds to allow for narrow field of view (NFOV) only, wide field of view (WFOV) only, or operator-selectable picture-in-picture and a WFOV situational awareness strip (SAS). - The horizontal WFOV shall be at least 40 degrees in the horizontal direction and at least 30 degrees in the vertical direction, but a premium is being placed on the degree to which this is exceeded; a horizontal WFOV of 90 degrees (or greater) is highly desired. For the SAS, displaying a subset of the Vertical Field of View (FOV) is acceptable (cropping the top and bottom of the WFOV). - The WFOV shall provide resolution that is sufficient for tactically effective situation awareness. This sufficiency shall be expressed in terms of 70 percent detection ranges as computed by Night Vision Integrated Performance Model (NV-IPM). The target and task is left to the discretion of the respondent to this market survey; however, the respondent shall provide a quantitative / qualitative justification for any WFOV being offered as being tactically effective. This justification shall include discussion of the assumed tasks and necessary ranges associated with effective situational awareness. - The Government is aware that the focal length change between the NFOV and the desired/required WFOV (delta FOV) is extreme. Intermediate FOV between the NFOV and WFOV are acceptable options. - The respondent shall discuss the impact of a large delta FOV in terms of optical design and performance implications, system level matters, and from a psycho-physical-human-factors point of view. Respondent recommendations with accompanying narratives are welcomed. - Shall be capable of supporting or being easily modified to allow for different video formats. - 15-year procurable life - Mean Time Between Failures of 15,000 hours - Internal auto focus capability Potential sources are requested to submit, at a minimum, the following information. Responses should be limited to no more than 20 pages. Information papers can be submitted in a white paper format. Thermal Imaging System Description: Provide the description of the thermal imaging system, including system growth potential. Characteristics: - Focal Plane Array Size, and architecture - Optical telescope description. - System parameters sufficient to populate input files for NV-IPM or Night Vision Thermal Imaging Processor (NVTHERM-IP). - Detection, and Identification Ranges at both WFOV and NFOV Delivery Schedule: - Earliest Availability of Prototype WING-1 - Earliest Availability of Production Representative WING-1 Cost: - WING-1 Development Cost - WING-1 Unit Production Cost (average cost for quantity of 200 systems per year) Risks: - WING-1 Risk - Integration Risk Other: - Export Restrictions, if applicable Potential sources are advised that any information provided may be assessed by employees of the Kongsberg Defence and Aerospace of Kongsberg, Norway. No information will be released outside the Government until a Non-Disclosure Agreement (NDA) is executed between the offeror providing the information and the non-Government participants to the assessment process. Offerors should indicate whether such an agreement is already in place or include their proposed NDA sample as part of their submission package. Offerors should ensure that any data that is provided is marked appropriately to ensure proper handling of all information. Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: 1. Company Name 2. Company Address / Country Represented / Website 3. Company point of contact and phone number 4. Business Size (Small/Large & Number of Employees) CAGE Code / DUNS Number. 5. The North American Industry Classification System (NAICS) codes for this effort are 333314. 6. Commerciality: a. ( ) Our product as described above, has been sold, leased or licensed to the general public b. ( ) Our product as described above, has been sold in substantial quantities, on a competitive basis, to multiple state and local governments. The development of the product was done exclusively at private expense c. ( ) None of the above applies. Explain. 7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). 8. Major partners or suppliers. 9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 10. Provide minimum and maximum monthly production rates of past production of same or similar items. 11. Please provide any additional comments All responsible, interested offerors are encouraged to submit their capabilities/qualification data and any pertinent information in hard copy or via email, within 30 calendar days to: US Army Contracting Command - New Jersey ATTN: Mary Krisanda - ACC-NJ-SW Building 9, Phipps Road Picatinny Arsenal, NJ 07806-5000 Email: mary.f.krisanda.civ@mail.mil The point of contact is Mary Krisanda at mary.f.krisanda.civ@mail.mil or Travis James at travis.james2.civ@mail.mil. TELEPHONE RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email to mary.f.krisanda.civ@mail.mil or travis.james2.civ@mail.mil. This is a sources sought notice only and should not be construed as a Request for Proposal or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided. Respondents will not be notified of the results of this survey or results of information submitted. Any information provided will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5df380c28cf388eca529a93544044ddb)
 
Place of Performance
Address: ACC - New Jersey Building 9, Phipps Road Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03446239-W 20140802/140801000706-5df380c28cf388eca529a93544044ddb (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.