Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 30, 2014 FBO #4723
SOLICITATION NOTICE

58 -- Combatant Craft Forward Looking Infrared (CCFLIR2) Systems - 15RJQ76_syn - CONTROLLED ATTACHMENT

Notice Date
10/28/2014
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016415RJQ76
 
Archive Date
4/3/2015
 
Point of Contact
Christy Chastain, Phone: 812.854.3091
 
E-Mail Address
christina.chastain@navy.mil
(christina.chastain@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
15RJQ76_syn This solicitation is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. Solicitation number N00164-15-R-JQ76 will be issued as a request for proposals on a full and open competition basis. The Government anticipates the solicitation will be published to the Government Point of Entry (the website listed above) on or about 15 JAN 2015 and anticipated that proposal(s), to include a representative product sample, will be due by no later than 12:00 PM (EST) 17 FEB 2015. This synopsis advertises the Government's intent to acquire Combatant Craft Forward Looking Infrared 2 (CCFLIR2) Systems - min: 2, max: 61 and associated CLINS (i.e. repair, upgrade, training, and Provision Item Order (PIO) spares) in accordance with (IAW) performance specification and statement of work. The Government intends to award a Firm Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a 5 year ordering period with 5 option years. Objective The Government intends to acquire a CCFLIR2 system which will make use of technological advancements to significantly improve the systems; operational range, image fusion, net-centric data sharing, information assurance, laser target designation, and seamless craft and combat systems integration capabilities. The CCFLIR2 will be a significant upgrade to the fielded (legacy) CCFLIR and will further enhance and expand the day, night, and infrared imaging capabilities and improve the operational needs. The enhanced functional capabilities are commensurate with the operational capabilities associated with the deployment of the next generation of naval craft. System Overview The CCFLIR2 System will be installed on naval maritime crafts of various types operated in littoral environments. A draft performance specification is attached for comment. A very aggressive proposal timeframe is planned, therefore contractors are requested to submit questions concerning the requirement by 15 DEC 2014 in order to allow the Government adequate time to address any issues or concerns prior to the RFP being issued. It is anticipated the CCFLIR2 System will be required to meet the performance requirements delineated below. The CCFLIR2 shall be a stabilized and watertight system providing enhanced visual augmentation capability. System or subsystem Description The CCFLIR2 System must as a minimum consist of the following: - Stabilized Gimbal Assembly (SGA) - Hand Control Unit (HCU) - Display Bracket Assembly (DBA) - Installation Kit - Interface Cable Kit - Reusable shipping container The SGA shall as a minimum consists of the following: - A high definition MWIR imager - A high definition color imager - A high definition sensor capable of imaging the NIR (can be separate or combined with another sensor) - ANSI Class 1 LASER Rangefinder - ANSI Class 3B LASER Pointer - Optics and zoom lenses - Inertial Measurement Unit (IMU) compatible with Global Positioning System (GPS) Precise Positioning Service (PPS) Host Application Equipment (HAE) with Selective Availability Anti-Spoofing Module (SAASM) - Signature Management - Designed for operation in the Maritime Environment As an objective, the SGA shall include the following: - 360 degree panoramic view capability of all sensors - Combined ANSI Class 4 LASER Target Designator with ANSI Class 1 LASER Rangefinder - IMU tightly coupled with SAASM GPS - Dual band high definition 3-5 MWIR and 8-12 Long Wave Infrared (LWIR) Product Samples A product sample will be required with the proposal. The product sample must be a representation of the final system requirements. A written technical proposal will be required to describe how the contractor will meet the requirements of the performance specification and statement of work. Any differences between the representative system and the specification requirements will require a detailed explanation of how the vendor plans to modify the representative product sample to meet the specification requirements and the timeframes required to do so. It is anticipated that the Product Sample System will be required to meet the following Go/No-Go requirements in order for the written proposal to be evaluated: 1. Continuous Azimuth (AZ) movement 2. Auto-Track 3. Class 1 Eyesafe LRF (LASER Range Finder) 4. Max Class 3B LP (LASER Pointer) 5. Weight not to exceed 65 lbs for the sample (Threshold in the draft performance specification is 56 lbs) 6. MWIR sensor in the 3-5 µm range 7. Color sensor 8. Require no Dry-Air Pressurization The anticipated due date for delivery of the Product Samples for Government Source Selection evaluation is 17 FEB 2015. Failure of Product Samples to meet the go/no-go criteria listed above may exclude the proposal and offeror from further consideration for award of the Request for Proposals (RFP) requirements. Anticipated Award Date is 31 AUG 2015. Contract/Ordering period is for a 5-year period from original award date of contract with options for an additional 5 years of ordering. Delivery required F.O.B Destination: NSWC, 300 HWY 361, Crane, IN 47522-5001. It is anticipated that up to 2 contracts may be awarded initially for delivery of the minimum quantity for test articles. It is anticipated that initial delivery of 2-3 units per awardee will be required within 180 days of contract award. It is estimated that Developmental & Environmental testing (DT/ET) of the initial order quantity will take up to 6 months. If more than one vendor is awarded the initial test articles, a second evaluation will be conducted based on the DT/ET testing and a down selection to one vendor made. An order for a quantity of 4 each Low Rate Initial Production units for operational testing purposes, with delivery at a rate of 2 each per month to begin within 120 days, is anticipated upon completion of DT/ET testing and the second down select (if required). Operational testing is anticipated to take up to 3 months. Future system deliveries up to the maximum contract quantity, if ordered, will be required within 120 days after issuance of delivery order at the rate of 2 per month. Support line item delivery dates will be specified in individual delivery orders. This requirement will be negotiated on a full and open competition basis IAW FAR 6.101, that contracting officers shall promote and provide for full and open competition in soliciting offers and awarding Government contracts. All responsible sources may submit a proposal which shall be considered by the agency. Once available, interested parties can download the solicitation from the website listed above. The technical data package contains information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive the package. Additional information is available at http://www.dlis.dla.mil/jcp/. The solicitation attachments will be posted to the FBO website concurrently with the solicitation. The Contractor must be properly registered in the Government System for Award Management database (SAM) in order to receive the solicitation attachments and to be eligible for award. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov RFPs are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. Offers must be submitted in the format specified in the solicitation to be considered. Furthermore, each interested vendor shall monitor the FBO for amendments that may be issued to this solicitation. All changes to the requirement that occur prior to the closing date will be posted to FBO. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Interested sources may contact Christy Chastain for further information at 812-854-3091 or email: Christina.chastain@navy.mil. The North American Industry Classification System (NAICS) Code for this procurement is 334511 and the size standard is 500 employees. Federal Supply Code is 5855. Potential offerors are encouraged to submit questions and comments regarding the above acquisition strategy, requirements, and draft documents attached prior to the scheduled issuance of the solicitation to allow the Government time to review and incorporate into the final solicitation package as applicable. Reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016415RJQ76/listing.html)
 
Record
SN03560399-W 20141030/141029001409-d7a354849046b009fc42ebf803c04cd9 (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.