Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2002 FBO #0139
SOURCES SOUGHT

16 -- Third Generation, Light Weight Forward Looking Infrared(FLIR) Imaging Systems

Notice Date
4/17/2002
 
Notice Type
Sources Sought
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-AR-Z-A-K Lee Boulevard, Building 401, Fort Eustis, VA, 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
Reference-Number-05012002
 
Response Due
5/1/2002
 
Archive Date
5/16/2002
 
Point of Contact
Teresa Dansberry, Contract Specialist, Phone 757-878-5223 xt 243, Fax 757-878-4199, - Sherrie Carmona, Contracting Officer, Phone 757-878-5223 xt 242, Fax 757-878-4199,
 
E-Mail Address
tdansberry@tapo.eustis.army.mil, scarmona@tapo.eustis.army.mil
 
Description
The U.S. Special Operations Command is seeking sources that currently produce Third Generation, light weight, forward looking infrared (FLIR) imaging systems for navigation, detection, classification, identification, and designation of threats at stand-off ranges, surveillance, and targeting applications. This is not a request for a proposal. It is the intent of this office to issue a competitive solicitation for the development and procurement of three types of FLIR systems. The proposed solicitation will be restricted to domestic sources only in accordance with the Federal Acquisition Regulation. Accordingly, foreign sources including Canadian are not eligible for award. Anticipated award date is Feb 03. The first system is for approximately 50 light assault FLIR?s. The prototype would be expected 5 months after contract award, with first production units delivered 10 months after contract award. The second system is for approximately 100 larger, more capable, assault FLIR?s. The prototype would be expected 8 months after contract award, with first production units delivered 14 months after contract award. The third is for approximately 20 attack FLIR?s. The prototype would be expected 10 months after contract award, with first production units delivered 18 months after contract award. This office desires that the attack FLIR be nearly identical with the large assault FLIR with the exception of a targeting laser. Therefore, either one or two contracts will be awarded: all three FLIR?s on the same contract, or the small assault FLIR on one and the large assault and attack FLIR?s on the second. Desired capabilities on all three FLIR systems include Mid-wave or dual color staring array and Image Intensification (I2), with minimum three fields of view or continuous zoom (1x to 23x light assault and 1x to 50x for attack and assault). All FLIR systems should be MIL-STD-1553 bus and Ethernet compatible (light assault must have a growth path to Ethernet), compatible with existing and planned aircraft displays and avionics, built-in test capable, possess high reliability (600 hours MTBF), and have analog and digital video format. They should have a light total system weight (<40 lbs light assault and < 150lbs attack and assault), and no more than 15.5? high for light assault, and 16.5? high for attack and assault. Additionally, the assault and attack FLIR systems should include FLIR and I2 image fusion, laser rangefinder/designator, with a potential for a Narrow Field of View (NFOV) Charge Coupled Device (CCD) Camera. The light assault system requires 2ea folding flat panel AMLCD?s for display of the FLIR image, with the option for a laser illuminator or pointer. All FLIR systems must meet military standard testing requirements as outlined in MIL-STD 461, as modified by ADS-37A, and MIL-STD 810. Interested sources should submit written correspondence to the following address: United States Army Special Operations Command Technology Applications Contracting Office Building 401, Lee Blvd Fort Eustis, VA 23604-5577 Attn: Teresa Dansberry In order to be involved in additional pre-solicitation market research being conducted for this requirement, interested sources must contact the Contracting Office as noted above and provide the following information: 1) Product brochures and or technical data describing existing or representative systems which meet or exceed the listed requirements. 2) Current production/development status of FLIR systems identified by your company in ?1)? above. 3) A listing of current users operating with the identified system and point of contact information. 4) Current status of your facilities security clearance: SECRET or higher required. Provide CAGE code for verification 5) A statement as to whether or not your firm would be willing to demonstrate the capabilities of your FLIR to Government personnel for evaluation. This is not as a loan, but at your facility. Please respond by 01 May 2002. For more information contract Teresa Dansberry, Phone (757) 878-5223, X243, or email at tdansberry@tapo.eustis.army.mil. All responses will be considered provided they meet the requirements of 1 though 5 above. Based upon the responses, the Government may elect to conduct follow-on communications and/or meetings with interested, and responsible, sources. An Industry Day may be held to meet with interested sources. Details for time and location will be provided following successful receipt of contractor information requested above. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-APR-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 18-APR-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: To be determined
Zip Code: 99999
Country: USA
 
Record
SN00062634-W 20020420/020418213755 (fbodaily.com)
 
Source
FedBizOpps.gov 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.