Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2018 FBO #5889
SPECIAL NOTICE

58 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – INDUSTRY DAY – MULTI-SPECTRAL ELECTRO-OPTICAL/INFRARED (EO/IR) SENSOR SYSTEM - CONTROLLED DOCUMENT

Notice Date
1/5/2018
 
Notice Type
Special Notice
 
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 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016418SNB39
 
Archive Date
2/9/2018
 
Point of Contact
Briar Sparks, , Craig Armes,
 
E-Mail Address
briar.sparks@navy.mil, craig.armes@navy.mil
(briar.sparks@navy.mil, craig.armes@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-18-S-NB39 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - INDUSTRY DAY - MULTI-SPECTRAL ELECTRO-OPTICAL/INFRARED (EO/IR) SENSOR SYSTEM - FSC 5855 - NAICS 334511 Anticipated Issue Date 05 JAN 2018 - Anticipated Closing Date 25 JAN 2018 - 2:00 PM EST In support of V-22 Joint Program Office, PMA-275, the Naval Surface Warfare Center, Crane Division (NSWC Crane) located in Crane, Indiana is conducting market research to identify sources that can provide solutions or components to support a Multi-Spectral EO/IR Gimbal Sensor System for potential integration on one or any combination of the United States Marine Corps, United States Navy and United States Air Force (USMC/USN/USAF) V-22 aircraft. The sensor system will be utilized for navigation, targeting, Intelligence Surveillance and Reconnaissance (ISR), and Multi-Sensor Imagery Reconnaissance (MIR) in all mission profiles including low level navigation. The sensor system will be integrated using an open system architecture able to support data fusion and/or correlation with other aircraft sensors currently employed, ones that may be added in the future, and external sensor data received via digital interoperability. The sensor system integration will also support off-boarding data via digital interoperability. The system shall be compatible with the environmental characteristics associated with this type of aircraft and minimize structural modifications to the aircraft. The goal of the Government is to obtain all repair/test equipment, knowledge/skills and data necessary to establish an organic repair capability within the Government post-award for the EO system selected. The Government is currently contemplating including the sustainment aspect/ organic depot of this requirement in the evaluation criteria for award. PROCUREMENT CRITERIA Currently, the Government anticipates awarding a Firm-Fixed Price contract to procure an estimated 450 sensors over a 10-year period. It is anticipated to include a CLIN structure for the sensors, sustainment (including repairs), spare parts, engineering services, and technical data. SYSTEM REQUIREMENTS It is currently planned that the RFP for this procurement will require submission of product sample(s) that must pass a set of Go/No-Go criteria that will have to be met in order to fit the aircraft requirements and to be given subsequent consideration for award. These are preliminary Go/No-Go criteria that are subject to potential change with final Go/No-Go criteria to be disclosed in the RFP. The anticipated Go/No-Go criteria for this system are as follows:1 1 ((T)= Threshold requirements which are the minimum Go/No-Go requirement that must be met; (O) = Objectives) • The height dimension from the nominal bottom of the gimbal to the mounting surface of the EOIR sensor system gimbal shall not exceed 16.8 inches (T). • The gimbal shall not exceed 135 pounds (T), 115 pounds (O). • If an electronics unit is included, it shall not exceed 40 pounds (T), 25 pounds (O). • If an electronics unit is included, it shall not exceed 12.1 inches width, 7.8 inches height, and 16.3 inches length (T). • Mid-wave Infrared Sensor - The EOIR sensor system shall include an infrared imager operating in the 3-5 micron mid-wave infrared band (T). • Daytime Camera (Wide) - The EOIR sensor system shall incorporate a wide FOV daytime color camera operating in the 0.4 - 0.7 micron visible band (T). • Daytime Camera (Narrow) - The EOIR sensor system shall incorporate a narrow FOV daytime color camera operating in the 0.4 - 0.7 micron visible band (T). • Shortwave Infrared Sensor - The EOIR sensor system shall include a shortwave infrared operating in the 0.8-1.7 micron infrared band (T). • Laser Designator/Rangefinder - The EOIR sensor system shall include a laser designator/rangefinder with operating wavelengths of 1.064 ±.002 and 1.570 ±.002 microns that is visible with shortwave infrared sensor (T). INDUSTRY DAY EVENT The information obtained from this RFI will be used for market research and to ensure that accurate representations are made regarding specific systems and components to be briefed during a follow-on Navy Surface EO Industry Day event. Current plans are to hold the Industry Day event at WestGate Academy, 13598 East Westgate Drive, Odon, IN 47562 on Tuesday, 30 Jan 2018 through Thursday, 1 Feb 2018. Check-in will begin at 8:00 AM EST on the first day with the meetings beginning at approximately 9:00 AM EST. The purpose of the Industry Day is to discuss the attached Draft Performance Specification and allow industry the opportunity to ask questions, seek clarification, and provide comments. In addition to the question/answer sessions, it is the Government's plan to set aside blocks of time to allow industry to provide one-on-one briefs to government personnel on their product line. There will not be access to any of the NSWC Crane facilities located on the base. Therefore, demonstrations or other presentations may be limited; however, Internet/computer access will be available. Details concerning the registration to attend this event should be directed to Mrs. Deanna Padgett, Logistics Lead deanna.padgett@navy.mil and Mr. Briar Sparks, Contract Specialist briar.sparks@navy.mil. Vendors interested in attending the Industry Day event must submit the following information, via email, to Mrs. Padgett and Mr. Sparks no later than 2:00 PM EST on 25 January 2018: - Last, First Name - Company Name - Company Address - Company Size - Phone Number - Email Address Pre‐Registration is required. Walk‐ins will not be permitted. Registration is limited to four (4) representatives from each organization attending the Industry Day; however, if requested attendance exceeds the capacity of the conference room (60), it may be necessary to further limit attendance of personnel from each organization to just two (2). NSWC Crane will reply via e‐mail with the registration confirmation. All expenses associated with attendance will be the responsibility of the participant(s). The current anticipated agenda (which is subject to change) is as follows: Day 1 - Brief to Industry from the US government. This will involve discussions about the performance specifications and other details about the requirement. Question and answer session about the briefing. Day 2-3 - Briefs from industry in a closed session to the Government. Questions/comments resulting from the Industry Day will be accepted via email from 1 February through 28 February 2018 with preference for earliest submission possible. The limited timeframe for questions/comments is to allow for formal review of each submission and to allow for potential feedback to be incorporated into the formal solicitation documentation. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. The controlled attachments will be posted to FedBizOps at the same time the solicitation is posted. FedBizOps may be accessed at http://www.fbo.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/sources sought 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. For technical concerns or questions, please contact Craig Armes, craig.armes@navy.mil. The contracting POC is Mr. Briar Sparks, briar.sparks@navy.mil. Please refer to announcement number N00164-18-S-NB39 in all correspondence and communication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418SNB39/listing.html)
 
Record
SN04782280-W 20180107/180105230650-e4227876987386b8e2b11c340a015187 (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.