SOURCES SOUGHT
59 -- Infrared Camera
- Notice Date
- 5/26/2015
- Notice Type
- Sources Sought
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY-15-X-7763
- Response Due
- 6/25/2015
- Archive Date
- 7/25/2015
- Point of Contact
- Karen Jeter, 703-832-6168
- E-Mail Address
-
ACC-APG - Washington
(karen.e.jeter.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Belvoir Division, on behalf of the Product Manager Ground Sensors (GS), Project Manager Terrestrial Sensors (PM TS) is seeking sources for an infrared camera for inclusion on a military payload. The infrared camera would be integrated with a current vehicle mounted, stabilized multi-sensor optical device with a telescoping mast that can be raised and lowered to enable Soldiers inside Type I and II Medium Mine Protective Vehicles to optically scan, locate, and identify suspected explosive hazards, explosive hazards indicators, and personnel while the vehicle is stationary or on the move far forward of the formation. The intent of this market research is to determine the level of interest among qualified potential sources in delivering a non-developmental infrared camera at a low cost that will be deployed in military operations across the globe, including environments with severe weather, extreme temperatures, and varying types of terrain and lighting conditions. The primary application of this infrared camera will be used in tactical, ground-based system platforms. This is a Request for Information (RFI) only, as defined in FAR 15.201(e), to obtain information about pricing, delivery, capabilities, and other market information for planning purposes. This RFI is not a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Responses should include information identifying whether the responder's firm is a small or large business. Suggested North American Industrial Classification System (NAICS) codes for this potential effort are 333314 (Optical Instrument and Lens Manufacturing), 333316 (Photographic and Photocopying Equipment Manufacturing), 334413 (Semiconductor and related device manufacturing), 334511 (Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing), 811211 (Consumer Electronics Repair and Maintenance), or 928110 (National Security), but other NAICS may be considered. This Request for Information (RFI) does not constitute any obligation by the Government to award a contract based on the findings of this RFI; however, the information will be used in the assessment of capable sources and if a Commercial Item Determination is appropriate. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. PERFORMANCE CHARACTERISTICS AND ATTRIBUTES: The infrared camera shall have the following performance characteristics and attributes listed below. The response to the RFI shall provide information for each item listed. 1.The infrared camera shall operate in either the 3-5 micron (nominal) or 8-12 micron (nominal) spectral band. 2.The infrared camera shall meet the requirements for Manufacturing Readiness Level 9 and Technology Readiness Assessment 9. 3.The infrared camera shall have a space claim (inclusive of lens assembly and mounting plate) not to exceed the volume shown in Appendix A. The mounting plate shall be used to affix the infrared camera to the Army platform. 4.The infrared camera shall not exceed 4.77 pounds (including lens assembly and mounting plate). 5.Specify the center of gravity for the infrared camera. 6.Specify the focal plane array format size, and pixel pitch for the infrared camera. 7.The infrared camera shall vary the magnification of the real time video imagery using continuous optical zoom, upon the operator's command. The Wide Field of View (WFOV) shall be at least 25 degrees in the horizontal direction. The Narrow Field of View (NFOV) shall be at less than or equal to 1.8 degrees in the horizontal direction. 8.The infrared camera shall be National Television System Committee (NTSC) compliant. The infrared camera shall provide for low voltage differential signaling (LVDS) and/or BT.656/ITU 656 video compression. Is LVDS signal for camera control or video? 9.The infrared camera shall have a demonstrated 350 hours Mean Time Between Failures within a 80 percent lower confidence band. 10.Specify any cooling methods and technologies used for the infrared camera. 11.The infrared camera shall be capable of detecting and displaying images during hot and cold operating temperatures specified in this request for information across white, black and color palettes. Specify the number of colors in the color palette. 12.The infrared camera shall be capable of full performance within 15 minutes from power-up. 13.The infrared camera shall enable the operator to identify 90% of stationary and moving persons standing upright wearing an Army Combat Uniform, at a minimum line of sight distance of 700 meters, passively, during the hours of total darkness with clear visibility conditions, while the vehicle is stationary. The atmospheric transmission associated with clear visibility conditions is found in Appendix A. The personnel threat signature and task V50 is defined in Appendix A. The definitions of quote mark identify quote mark (for personnel) and quote mark identify persons in daylight - range quote mark are defined in Appendix A. 14.The infrared camera shall not experience any leakage, damage nor degradation of performance when subjected to a relative humidity of 95%, with temperatures ranging from +30 C (+86 F) to +60 C (+140 F). 15.The infrared camera shall be fully functional when the infrared camera operates in temperature ranges of -32 C to +57 C (-25 F to +135 F) in hot and basic climatic design types defined in Army Regulation 70-38, Research, Development, Test And Evaluation Of Materiel For Extreme Climatic Conditions. 16.The infrared camera shall be capable of storage and transport in temperature ranges of -46 C to +71 C (-50 F to +160 F) in hot, basic and cold climatic design types defined in Army Regulation 70-38, Research, Development, Test And Evaluation Of Materiel For Extreme Climatic Conditions, without special procedures or kits. 17.The infrared camera shall provide recovery from video degradation due to saturation in 400 milliseconds or less. 18.The infrared camera shall utilize 12 Volts Direct Current (VDC) nominal power and must operate within the range of 9.0 to 16.0 VDC with no degradation of performance. 19.The infrared camera shall be in conformance to MIL-STD 810G. The potential bidder shall specify which MIL-STD 810G test(s) have been successfully completed and what verifiable test documentation could be made available to the Government at no cost. 20.The infrared camera shall be capable of adjusting aperture. Describe adjustments to aperture that can be made, magnification limits, and whether adjustments manual or automatic. 21.Provide an interface control document for the infrared camera that describes the interfacing and serial port communications protocols controlling the camera and the optics. NOTE: Responses to the following 1 through 7E do NOT count towards the 25 page limitation stated below. All responses should include the company name, CAGE code, and point of contact. Papers shall also include: 1. Company Point of Contact: Company Name and Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard and primary North American Industrial Classification System (NAICS) code selected. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Small Business (SB) Concern, Small Disadvantaged Business (SDB), 8(a) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business /Service-Disabled Veteran-Owned Small Business 3. Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? (If you have experience as a prime contractor administering MACs please provide as much of the following information as possible) A. MAC contract number(s); B. Aggregate dollar value of entire MAC contract; C. Aggregate dollar value of task orders you prime on each MAC; D. Number of task orders you prime on MAC; E. Is the work on each MAC similar in scope to that of the above performance capabilities and attributes? 4. Is your company planning on business arrangements with other companies? If so, please list the process used in selecting the members. 5. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the effort. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 6. Is your company currently providing similar items to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar items commercially. THE FOLLOWING QUESTIONS 7A - 7E ONLY APPLY TO SMALL BUSINESS RESPONDENTS. 7A. If you identify your company as a Small Business or any of the small business subcategories then is your company interested in a prime contract? B. Under the current small business recertification regulations, do you anticipate your company remaining a small business under the selected NAICS code? C. If you are a small business and plan to be a prime contractor on this effort please inform how you will meet the limitations on subcontracting in accordance with FAR 52.219-14. D. If you are a small business, can you go without a payment for 90 days? E. Does your company possess an approved Defense Contract Audit Agency accounting system? PROGRAMMATIC INFORMATION Respondents are also asked to supply the following programmatic information about their organization and infrared camera: 1.Identify if your organization is currently a Department of Defense qualified supplier or a second/third tier supplier to a Department of Defense qualified supplier. 2.Identify if the infrared camera(s) being proposed are on the Defense Logistics Agency or a qualified supplier's qualified parts listing. 3.Identify if the infrared camera(s) being proposed have an NSN number assigned. 4.Identify the estimated cost and procurement lead-time to the Government for a quantity of 10. 5.Identify the procurement lead time to deliver two to three units for evaluation. 6.Identify the monthly production capacity of your organization without any further increase in labor or production facilitization. 7.Identify previous application of the infrared camera in domestic or overseas military operations, or industrial technologies. 8.Identify the technical specifications and interface control documents that would be delivered at no additional cost to the Government upon delivery of the infrared camera being proposed in the response to this sources sought. 9.Identify warranty terms and conditions related to procurement and maintenance. Responses to this RFI are limited to 25 double-spaced pages with one inch margins using standard letter-size 8 quote mark x 11 quote mark paper. The page count includes any title page. The font for text should be Times New Roman 12-point or larger. Marketing information is NOT acceptable in the response. Endorsements from elected officials at the federal, state, and/or local level are NOT acceptable in the response. PLEASE NOTE THAT IF A QUESTION BELOW OR IF ANY OF THE PERFORMANCE CHARACTERISTICS AND ATTRIBUTES OR PROGRAMMATIC INFORMATION ABOVE IS NOT ADDRESSED THAT EXPLAINS YOUR COMPANY'S SPECIFIC CAPABILITY, THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. Through the results of the market survey, the Government hopes to gain a better understanding of the capabilities of small businesses companies as potential sources. To make an appropriate acquisition decision for this effort, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. It is anticipated that the results of the market research may result in the procurement of an infrared camera in 2016. This is NOT a request for proposal. The replies to this market research will be used to assess whether or not competition among small businesses is viable for this effort. This Request for Information (RFI) is for informational purposes only. It is not a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings of this RFI. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. The ideas presented in the white paper will be discussed and assessed by U.S. Army PM Ground Sensors. Response to this Sources Sought should be received no later than 5pm Eastern Time 25 June 2015 and should be submitted via email to Karen Jeter at karen.e.jeter.civ@mail.mil. Acknowledgement of receipt will be issued if requested. The subject of the email message shall be: W909MY-15-X-7763 - Your Company's Name. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f5ee9e0452014211fab182a04c4c657e)
- Place of Performance
- Address: ACC-APG - Belvoir ATTN: CCAP-CCV-B, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN03742380-W 20150528/150526234906-f5ee9e0452014211fab182a04c4c657e (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 |