SOURCES SOUGHT
58 -- Mini-Hyperspectral Imaging Group 3
- Notice Date
- 4/15/2020 5:38:11 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
- ZIP Code
- 20375-5328
- Solicitation Number
- N00173-20-RFI-CY02
- Response Due
- 4/30/2020 12:00:00 PM
- Archive Date
- 05/15/2020
- Point of Contact
- Arthur J. Rego, Phone: 2286884571, Courtney Williams, Phone: 2027670397
- E-Mail Address
-
arthur.rego@nrlssc.navy.mil, courtney.williams@nrl.navy.mil
(arthur.rego@nrlssc.navy.mil, courtney.williams@nrl.navy.mil)
- Description
- Solicitation #: N00173-20-RFI-CY02 Procurement Type: Sources Sought Title: �Mini � Hyperspectral Imaging Group 3 NAICS: 334511 � Search, Detection, Navigation, Guidance, Aeronautical, and Nautical Systems and Instrument Manufacturing Classification Code: 31 � Equipment Response Date: 30 April 2020 Primary Point of Contact: Courtney Williams, Contract Specialist, courtney.williams@nrl.navy.mil Description: This Request for Information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have currently been authorized, appropriated, or received for this effort. The information provided may be used in developing its acquisition strategy, or performance work statements, or performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. Objective: The NRL is inquiring for potential sources that are capable of providing the following: The US Naval Research Laboratory desires to develop a full-spectrum hyperspectral imaging (HSI) system appropriate for use from small, Group 3, Unmanned Aerial Systems (UASs). The objective of the Mini-Hyperspectral Imaging Group 3 (Mini-HSI) program is to build a full spectrum hyperspectral image collection and processing system covering the visible to extended shortwave infrared (VISxSWIR) (0.400 � 2.500 �m) and the very longwave infrared (VLWIR) (7.0 -� 13.6 �m) spectral bands. The combined sensor will use a single data processing front end that will include a data acquisition and storage subsystem coupled with navigation measurement systems. This HSI collection sensor will be combined with an NRL-developed and provided real-time data processing subsystem.� The total Mini-HSI system will be designed to meet the size, weight and power (SWAP) requirements to enable its use on the RQ-21A Blackjack UAS. Requirements: Critical Design Review The initial phase of this effort will focus on advancing the Mini-HSI system design to the level required to initiate manufacture, assembly, and integrated system testing.� This phase of the effort will culminate in presentation of materials required to conduct a full-system Critical Design Review (CDR).� This review may be conducted in parts but each part must be summarized in a final CDR presentation. As part of the CDR development, the contractor will be responsible for design of the following major Mini-HSI system components: A VISxSWIR (0.400 � 2.500 �m) HSI camera system to include optics, spectrometer, image sensor, thermal cooler, vacuum dewar, and camera control and capture electronics.� A VLWIR (7.0 � 13.6 �m) HSI camera system to include optics, spectrometer, image sensor, thermal cooler, vacuum dewar, and camera control and capture electronics. A pointing system carrying the above two cameras able to point the cameras to the accuracy level listed in the detailed Mini-HSI system requirements document. This pointing system included design of a means to isolate the cameras from outside air during operations. A calibration system so that the VLWIR camera can be re-calibrated while the system is in flight. Sensor control electronics and software required to enable control and operation of the mini-HSI sensors and associated pointing and calibration systems. Full data ICDs to enable the NRL-developed HSI processor to collect, process and store the CSM-collected imagery and navigation information. Verification that the system design will meet the SWAP requirements for flight in the center-of-mass payload space of the RQ-21A Blackjack UAS. SWAP limits are < 30 pounds for payload, <250 watts continuous operating power draw and outer envelope that meets requirements for the available payload space onboard RQ-21A.� It is further expected that the NRL provided chassis will occupy 10 pounds of the 30 pound limit and draw 90 Watts of the 250 W limit.� Following CDR, NRL will provide the contractor with reports of any design deficiencies requiring correction prior to initiation of system manufacture, integration and test.� 2.��� Assembly, Integration, and Laboratory Test and Evaluation In this phase of the effort, the contractor will manufacture the system as specified in the CDR, correct any system deficiencies uncovered during manufacture, perform integration of the completed sensor system and conduct laboratory-based system-level test and evaluation of the integrated system.� Specific tasks include: Fabrication, assembly and test of the VISxSWIR HSI camera system. Fabrication, assembly and test of the VLWIR HSI camera system. Fabrication, assembly and test of the pointing system. Integration of the VISxSWIR camera system, VLWIR camera system and pointing system into a single unit. Integration of the camera control electronics with NRL-developed system control and processing electronics Integration of all components into a single system that meets the overall SWAP design requirements Laboratory verification that the HSI collection system meets the image quality requirements described in the Mini-HSI system requirements document. Performing a laboratory vibration and environmental test to verify dynamic optical performance. Laboratory verification that the HSI collection system can be controlled an operated through the NRL-developed system command and control system. 3.��� Ground Motion Testing In this phase of the effort, the contractor will support ground-based test and evaluation of the Mini-HSI sensor system.� These tests will be used to verify image stability and flight performance requirements.� Specific tasks include: Installing the sensor along with the NRL processor and any required support provisions such as power supply and/or supplemental cooling systems in a suitable vehicle to allow system operation while moving along a roadway. Participating in measurements and analysis of quantitative performance aspects such as Ground Sample Distance, Relative Edge Response, and sightline direction measurement to demonstrate the level of sensor capability needed to meet the Mini-HSI program requirements to enter flight testing. It is anticipated that truck testing will occur at a hillside location near the contractor�s facility.� The system will be used to image an NRL-provided resolution target as well as target scenes of opportunity at appropriate ranges from the sensor.� Image collection and storage will be done using both the contractor�s image capture computer and the NRL Processor�s image storage means.� Following an initial checkout period during which the sensor is verified to be performing satisfactorily, image data will be collected over at least one full day of clear-weather operation, to include nighttime operation. Following testing, the contractor shall participate with NRL on the reduction and analysis of image data collected in the lab and field.� To support the analysis, the contractor and NRL shall exchange copies of all recorded image data which may contribute to the analysis (note that this may require the exchange of several terabytes of data, for which commercial off-the-shelf multi-terabyte storage units shall be procured.)� Analysis results shall compare achieved with predicted and required performance, and shall be reported in viewgraph format, with accompanying text descriptions as required to clarify complex topics. In this phase, the contractor will also measure the power consumption, weight, 3-axis center-of-gravity location, and size of the Mini-HSI sensor in its final configuration, and compare them to the requirements flowed down from the relevant Exit Criterion. 4.��� Flight Testing This Phase focuses on supporting the integration of the sensor into a manned aircraft platform for flight testing, support of the sensor during testing, and participation in post-flight sensor data analysis.� Note that, although multiple flight test platforms may be used, the contractor�s involvement is expected to be minimal following the first successful integration and flight demonstration, with subsequent installation(s) handled by NRL; an exception would occur if the sensor experiences a failure during either normal operation or the safety-of-flight (SOF) testing discussed below. Four aspects of sensor operation may require attention during this phase: System geolocation performance will be measurable, and sensor sightline measurement may need reoptimization to meet requirements while operating in the actual platform motion environment; � Sensor sightline stabilization (i.e. jitter control) may need reoptimization to avoid image blurring while operating in the platform�s vibration environment; � The sensor must operate satisfactorily in the platform�s thermal environment; and � The overall system will be operated remotely, over datalinks, rather than �hands-on� as previously (while this change is primarily NRL�s responsibility, some contractor-developed updates may be required). � Additionally, the sensor will undergo safety of flight (SOF) testing to determine its capability to operate in the test platform�s shock/vibration/electromagnetic environment.� This testing may subject the sensor to forces near the limits called out in the original environmental specifications.� Any breakage or deficiency resulting from these tests shall be repaired appropriately to prevent recurrence and to return the system to normal operating capabilities. The contractor shall coordinate with NRL and the operators of the selected test platform to address sensor issues that may arise during integration with the platform.� The contractor shall be available to provide support as required during flight testing, although following the first flight test series, minimal support is anticipated except in the event that failures or deficiencies are uncovered during testing.� Depending on the expected level of contractor involvement, airborne testing may occur near the contractor�s facility, or at another location; selection of an alternate location would be based on consideration of factors such as aircraft operating expenses and suitable venues for arranging targets of interest. The contractor shall participate with NRL on the reduction and analysis of data collected in flight.� Imagery and ancillary data will be recorded on the NRL Processor, and selected portions will be provided to the contractor to assist in analysis. If any change to the sensor or its mounting provisions could produce a change in size, weight, and/or power consumption, the contractor shall remeasure the affected value(s) prior to sensor delivery. NRL will provide an electronics chassis for the Mini-HSI effort.� This electronics chassis will include: Conduction cooled VPX format backplane and physical chassis in which processing and control cards can be inserted Input/Output card to be inserted into Chassis Power supply and conditioning card to be inserted into Chassis HSI Processing card; a VPX multi-purpose system on chip (MPSOC) card to be inserted into chassis Wiring and physical interface between chassis and Mini-HSI fairing and strong back electrical connectors. Command and control ICD negotiated with contractor to enable communication between HSI processing card (NRL) and HSI control card (contractor). The NRL asks that interested parties, at a minimum, supply the following information: Contact Information Name of company, mailing address, and point of contact (POC) Telephone number, fax number, address, and e-mail address of POC Business size and number of employees If a small business identify if your firm is an 8(a), HUBZone, SDVOSB, WOSB If your company is a GSA schedule contract holder AND if the items are available under the schedule Small business participation percentages on prior/current similar efforts Submission of Information: All information and data received in response to this RFI marked or designated as corporate or proprietary information will be protected as such. Please include this notice number on all documents and email. Classified Material shall not be submitted. Please transmit responses by e-mail to Courtney Williams, Contract Specialist, at courtney.williams@nrl.navy.mil in either Microsoft Word or .pdf formats. All responses must be received on or before 3:00PM, (EST), 30 April 2020.� Phone solicitations or emails regarding the status of this Request for Information (RFI) will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bd0ace8feca548caa062d0973f0b45a2/view)
- Place of Performance
- Address: Washington, DC 20375, USA
- Zip Code: 20375
- Country: USA
- Zip Code: 20375
- Record
- SN05622607-F 20200417/200415230201 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |