Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2018 FBO #6159
SOLICITATION NOTICE

A -- EOIR Sensor Characterization for Persistent Surveillance System - Ground (PSS-G) / Ground-Based Operational Surveillance System (Expeditionary) (G-BOSS(E))

Notice Date
10/2/2018
 
Notice Type
Cancellation
 
NAICS
5417 — Scientific Research and Development ServicesT
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 10205 Burbeck Road, Building 362, Fort Belvoir, Virginia, 22060-5863, United States
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-19-R-0001
 
Point of Contact
Crystal Pressley, Phone: 7037040860
 
E-Mail Address
crystal.d.pressley.civ@mail.mil
(crystal.d.pressley.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
EOIR Sensor Characterization for Persistent Surveillance System - Ground (PSS-G) / Ground-Based Operational Surveillance System (Expeditionary) (G-BOSS(E)) GENERAL INFORMATION Document Type: Solicitation Number: Posted Date: Original Response Date: Current Response Date: Original Archive Date: Current Archive Date: Classification Code: Set Aside: N/A ADDRESS: U.S. ARMY CONTRACTING COMMAND - ABERDEEN PROVING GROUND, 6001 COMBAT DRIVE, ABERDEEN PROVING GROUND, MD 21005-3013 DESCRIPTION THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Army Single Face to Industry (ASFI). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Responses are due by 1600 EST 16 October 2018. Please submit all RFI's to Crystal Pressley, Contract Specialist, crystal.d.pressley.civ@mail.mil and Ashley Seffernick, Contracting Officer, ashley.p.seffernick.civ@mail.mil. The subject line for the email submission shall read as follows: Subject: RFI: W909MY-18-R-C013- EOIR Sensor Characterization for PSS-G/ G-BOSS(E) - "Company Name". The purpose of this RFI is to identify potential commercial sources with the technical capability to provide Night Vision and Electronic Sensors Directorate (NVESD) / Product Management Force Protection Systems (PdM FPS) with a multi-spectral, persistent surveillance system based on existing products for identification of targets such as walking humans and vehicles at mid to long ranges. The gimbal-mounted optical sensor payload [Electro-Optic (EO)/ Mid-wave infrared (MWIR)/Short Wave Infrared (SWIR)/ Laser Range Finder (LRF)/ Laser Pointer (LP)] will need to be movable in at least azimuth and elevation and contain at least the following capabilities: 1. Visible color imaging sensor (EO) 2. MWIR imaging sensor 3. SWIR imaging sensor 4. LRF 5. LP As part of this market research, the Government requests that potential sources participate in a one week long sensor characterization event at the Yuma Proving Ground (YPG). Sources must provide their EO/MWIR/SWIR/LRF/LP capability along with personnel and equipment for setup and operation at their expense. The government will provide range personnel, power, and a man-lift to elevate the system to the equivalent of an 80ft tower. It is requested that participants provide specific power connection, mounting, and special adaptor needs. The Government will provide Serial Digital Interface (SDI) and Bayonet Neill-Concelman (BNC) connectors. Laser safety data will also be required prior to the event. The Government will request a copy of all recorded data obtained during the event and will provide a test report within 90 days of the event. The characterization event is expected to occur in 1QFY19 but specific dates will be negotiated with each respondent. The first day will be for setup, three days will be for collection, and the fifth day will be for makeup runs and tear down. If desired, respondents can participate in a one day site visit prior to the event to view the range and facilities. Additional details can be found in the test plan which is available as described below. The Government is seeking the following information in any responses provided: 1. Describe the maximum range, at a standard atmosphere for the sensors listed below, at which a human can be identified with 90% probability, such that the perception of individual elements or a combination of elements, such as clothing, equipment, hand-held objects, posture, and/or gender are distinguishable to the extent that the human is determined to be armed or potentially combatant. a. EO b. MWIR c. SWIR 2. Describe the maximum range, at a standard atmosphere for the sensors listed below, at which a vehicle can be identified with 90% probability, such that military vehicles and weapons systems can be distinguished by model (e.g. M1A1, M1A2, BMP3), and commercial vehicles are able to be distinguished by typically known model types (e.g. box truck, tractor, dozer, 4-dr SUV, 4-dr sedan, pick-up truck). a. EO b. MWIR c. SWIR 3. Describe the Field of View range for the continuous zoom optics for the following sensors: a. EO b. MWIR c. SWIR 4. State the imagery and video standards to which the sensor imagery conforms (e.g. NATO STANAG 4545, NITF 2.1, MISP). 5. Describe how the EO/MWIR/SWIR/LRF/LP sensors are packaged and if it is a single unit (platform). 6. Does the SWIR have an active illuminator? 7. Describe the cooling method and cool down time for the MWIR sensor. 8. Describe the spectral range for each optical sensor, range finder, laser pointer, and active illumination (if any). 9. Describe the hardware control and data interfaces used to configure, select and access the video data from the optical sensors, LRF, LP, and any active illuminators. Specific protocols used to pass data over those interfaces should be identified. 10. Is your platform stabilized? If so, on how many axes? 11. What are the azimuth and elevation Fields of Regard of the platform? 12. What is the accuracy of the resolver for the azimuth and elevation axes? 13. Describe the hardware control and data interfaces used to control and monitor the gimbal platform. Specific protocols used to pass data over those interfaces should be identified. 14. What are the Size, Weight and Power (SWaP) characteristics of the sensor? 15. Is the system ruggedized and capable of extended operation in multiple worldwide outdoor environments? 16. What data rights are available to the Government as part of a purchase? 17. What integration information (mechanical, electrical) is immediately available and releasable to the Government? Is an Interface Control Document (ICD) available allowing the Government to interface directly with the sensor software or to sensor middleware? 18. To what Cyber Security standards is your system operating and who sanctioned it? 19. Describe embedded Built in Test (BIT)/Built in Test Equipment (BITE) capability available with the system and to what level it reports faults. 20. What Reliability, Availability, and Maintainability (RAM) performance does your system meet, to include expected Mean Time Between Failure (MTBF)? 21. What warranty coverage is available? Describe any extended maintenance support. Companies should provide data to support performance claims either by analysis or with test data. The current specifications for the EO/MWIR/SWIR/LRF/LP sensors are defined in the specification document entitled "G-BOSS (E)-EO/IR/SWIR SbS". The details for the sensor characterization event are located in the "BETSS-C Sensor Characterization Test Plan". These documents are Distribution D restricted. The documents are authorized for use by the U.S. Government Agencies and their U.S. contractors only. The documents contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, U.S.C., App. 2401 et seq.), as amended. Violations of these export laws are subject to severe criminal penalties. These documents will be disseminated in accordance with provisions of DoD Directive 5230.25. Companies or organizations may request a copy of the documents by providing their Point of Contact information listed below to eric.a.flug.civ@mail.mil and must clearly state if and how they meet the conditions under which they can receive the documents referenced above. The documents will be provided via AMRDEC SAFE upon verification that criteria dictated by Distribution D and export control restrictions are met by registered companies or organizations. In addition please provide the following information: 1. Please provide the following Point of Contact information: Company: DUNS#: CAGE CODE: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541330 - Professional, Scientific, and Technical Services - Engineering services. The Small Business Size Standard for this NAICS code is $15,000,000.00. For more information, please refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business (WOSB) Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business (VOSB) Service-Disabled Veteran-Owned Small Business (SDVOSB) 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the requirement? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541330 - Professional, Scientific, and Technical Services - Engineering services? NOTE: If you are a SB, answer questions 4A & B. All others skip to Question #5. A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B. If you are a small business, can you go without a payment for 90 days? 5. If your company is a large business, please explain how you will utilize small businesses in meeting these requirements. Please include a realistic goal for work as derived from this RFI and indicate whether having socio-economic subcategory goals e.g. SDB, WOSB, EDWOSB, VOSB, SDVOSB, HUBZone, etc. is feasible. If so, include those goals. 6. Is your company currently providing similar services (to include size and complexity) 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. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. Please provide Contract Number, Point of Contact (POC), email address, phone number, and a brief description of your direct support of the effort? 7. What are the core competencies of your employees that would support the needs of the requirement? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 8. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are "best" estimates only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/740350393b17f60ecbc8a76b4fe5740d)
 
Record
SN05113212-W 20181004/181002230717-740350393b17f60ecbc8a76b4fe5740d (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.