Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2002 FBO #0151
SOURCES SOUGHT

A -- Advanced Hyperspectral Imaging Technologies and Concepts for a Space Based Demonstration System

Notice Date
4/30/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - PL
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-PKVI-RFI-02-01
 
Response Due
5/31/2002
 
Archive Date
6/15/2002
 
Point of Contact
Shari Barnett, Contracting Officer, Phone (505) 846-6189, Fax (505) 846-7549, - Bruce Wells, Contracts Specialist, Phone 505 843 0982, Fax 505 846 7549,
 
E-Mail Address
shari.barnett@kirtland.af.mil, Bruce.Wells@Kirtland.af.mil
 
Description
A. INTRODUCTION: This is a Full and Open Sources Sought Synopsis and Market Survey to locate qualified companies, and to develop acquisition and technology planning strategies for the development of an operational space-based prototype hyperspectral imaging (HSI) sensor for the Air Force Research Laboratory (AFRL) Space Vehicles Directorate's Hyperspectral Exploitation Program. B. ACQUISITION AND TECHNOLOGY PLANNING: AFRL is requesting information regarding advanced HSI technologies and concepts to meet broad-area search and target-characterization mission needs. The information will be used to assist the Hyperspectral Exploitation Program in assessing the feasibility of and developing investment plans for a space-based demonstration system. Information requested from industry (small and large businesses and academia) includes, but is not limited to, sensor system concepts, identification of enabling technologies, sensor manufacturing and risk reduction approaches, on-board processing strategies, assessments of the potential for commercial leveraging and cost estimates. Of particular interest are innovative concepts and technologies that could lead to the development of a highly capable, cost-effective prototype. C. REQUIREMENTS: The prototype space-based hyperspectral imaging spectrometer system is expected to be capable of providing high-quality radiometric data over the 0.4 mm to 2.5 mm spectral regime with 5m x 5m spatial resolution pixels, co-registered with data from a 1m x 1m pixel broadband panchromatic sensor, to conduct the broad-area search mission with image cubes ranging from 20km x 20km to 20km x 100km. Specifically, AFRL is interested in technologies addressing mission needs as articulated by the following performance specifications: Spectral Range: High performance is required throughout the reflective range from 0.4 mm to 2.5 mm for bathymetry, terrain classification, target material detection and identification, and other DoD applications. Spectral Resolution: A nominal resolution of 10 nanometers is required for the identification of solids and liquids. Spatial Resolution: A maximum GSD of five meters at nadir is considered consistent with the requirement to locate military vehicles, equipment and underwater obstacles. Swath Width: A minimum swath width of 20 kilometers is desired to support the broad-area search mission requirement. SNR: Consistently high SNR is required over the reflective range to provide a robust material identification capability. Field of Regard: A nominal FOR of +/- 45 degrees from nadir with good imaging capability is desired to reduce revisit times. Imaging Direction: Imaging in any direction within the nominal FOR of +/- 45 degrees from nadir is required to search along coastlines or other lines of interest. Onboard Product Generation: A capability is desired to generate products such as anomaly maps, terrain classification maps and target / material location information onboard the satellite for direct downlink to a tactical groundstation. Collection Capacity: A capability to collect at least ten image cubes (20X20 kilometers) per orbit is required to cover multiple areas of interest. Communication: A "store and dump" system is anticipated, with the additional desired capability to receive tasking from, and to downlink imagery or products to, compatible tactical ground sites. Geolocation Accuracy: A capability to geolocate pixels with an accuracy of 25 meters (3 sigma) would enhance cueing for auxiliary sensors, as well as enhance fusion with other information sources. Optical Distortion: Smile and keystone effects should be minimized to support automated product generation. Calibration Accuracy: An automated capability to generate radiance data in near real time with an absolute calibration accuracy of better than two percent is desired. These performance parameters should be considered as goals, with the GSD and swath parameters as firm system requirements. Information concerning the technologies available to achieve the suggested performance is desired. Please identify those parameters that have substantial cost impacts. AFRL would like to entertain the incorporation of additional capabilities that would enhance the utility of the prototype. A one-meter GSD panchromatic sensor capable of coincident imaging is a primary consideration. Polarimetry, emissive MSI (temperature mapping), a reconfigurable sensor design capable of selectable focal lengths, yielding both five and one- to five-meter GSDs, and other potential utility enhancements are of interest to AFRL. This solicited information is intended to give the Air Force an understanding of the range of possible solutions. Please include answers to the following questions in your response: What is the maturity (NASA Technology Readiness Level ('TRL') of the technologies required to achieve the suggested performance (concept through current-off-the-shelf (COTS) elements)? What performance parameters are major cost drivers? How should the system concept outlined above be modified to ensure that the low cost and high performance goals are met? What is the earliest possible launch date for deployment of a well-characterized, space-based, operational HSI prototype? What is the ROM cost estimate for deployment of such a prototype, including the cost of the sensor, sensor characterization, bus, data capture and communications, and launch? What are the cost and schedule impacts of including each of the enhancement options? There is no page limitation or evaluation criteria applicable to the above requested information. Submit an original and three copies to the contracting office below within 30 days of publication of this announcement. D. STATEMENT OF CAPABILITY EVALUATION CRITERIA: Interested small business offerors who possess the capabilities to provide the requirements listed in Paragraph C above are invited to submit a written Statement of Capability (SOC). The following criteria will be used in evaluating all SOCs received in response to this synopsis: Facilities Relevant Experience in imaging Sensor Hardware and Software Development Statement of Industrial Security capabilities Include in the SOC specific and pertinent information as it pertains to this effort that would enhance the Government's consideration and evaluation of the information, including, Corporate capabilities - previous projects performed under contract or in-house efforts which are clearly related to the development fabrication of military and commercial space imaging systems, technologies and capabilities. If work was accomplished as part of a team clearly identify corporate role, as well as roles of associate contractors, prime or subcontractors. Personnel experience, including name, professional qualifications and specific relevant experience of key management and technical personnel and their proposed roles in this effort. Any information provided should be directly relevant to the technical or management tasks envisioned for this project. To be found capable, potential offerors must demonstrate acceptable corporate capability and personnel experience in the technical areas described above or outline credible plans for the subcontracting of areas in which in-house capability is limited or nonexistent. SOC must include contract number, name address, and telephone number of the contracting officer for contracts represented as similar to the work proposed under this effort. Please ensure that all SOCs include name and address of the offeror, name, phone and fax number of point of contact(s), CAGE and NAIC codes and cognizant ACO name and phone number. E. STATEMENT OF CAPABILITY PREPARATION INSTRUCTIONS: Interested small businesses are encouraged to submit unclassified capability statements, which specifically address their ability to accomplish this effort. The SOC is limited to twenty (20) pages (12 pitch or larger, single-sided, 8.5 by 11 inch pages.) with resumes not included in the page count. Do not provide advertisement brochures in lieu of a written SOC. The SOC must reference the Noble Eye Program and be received within thirty days of the publication of this announcement. An original SOC and three copies must be sent to the Contracting Officer at Det 8, AFRL/PKVI, 2251 Maxwell SE (or via express delivery at 1801 Charlene Drive, Bldg. 592, KAFB NM 87117-5821) KAFB, NM 87117-5773 no later than 1600 (Mountain Daylight Time (MDT)) 30 calendar days after the date this announcement is posted (or the first federal workday thereafter). Replies received later than this date, will not be reviewed. Firms responding must indicate whether they are, or are not, a small business, a small disadvantaged business, a woman-owned business, an 8 (a) firm, an intra-governmental organization, a large business, an education/non-profit organization or a Historically Black College or University or Minority Institution (HBCU/MI). The size standard is 1,000 employees, NAIC 541710. Based upon the evaluation of the responses, the Government reserves the right to set-aside this acquisition for participation by small businesses and qualifying 8(a) businesses. F. ADDITIONAL INFORMATION: Foreign-owned firms are advised to contact the Contracting Officer or Project Manager before submitting a proposal to determine whether there are restrictions on receiving an award. The operations, research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control Act (Title 22, USC, Section 2751), et seq.) or the Export Administration Act of 1979, as amended (Title 50, USC, App. 40-1, et seq.). Only those companies who are on the Qualified Contractors Access List (QCAL) may receive such information. Request certification and registration from the Defense Logistics Information Service, Federal Center, 74 Washington Ave., North, Battle Creek, MI 49017-3084 as soon as possible. To be eligible to receive an award of any contractual document, a firm is to be registered in the DoD Central Contractor Registration Database. An Ombudsman has been appointed to mediate concerns from offerors or potential offerors during the pre- proposal phase of competitive, negotiated acquisitions. The Ombudsman does not participate in proposal evaluation or contractor selection. The Ombudsman can work with responsible acquisition officials to respond to concerns, but will not detract from the authorities of the Project Manager or Contracting Officer. When requested, the Ombudsman will maintain the confidentiality of sources. The Ombudsman at the Air Force Research Laboratory (AFRL), Phillips Research Site, Mr Eugene DeWall, Director of Contracting, Det 8/PK, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773 or at (505) 846-4979. Before contacting the Ombudsman, potential offerors should first refer contracting concerns to the Contracting Officer, Ms Shari D. Barnett, at (505) 846-6189, or refer technical concerns to the Project Office, Dr. Tom Cooley by phone (505) 846-2986, electronic mail at cooleyt@plk.af.mil, or mail AFRL/VSE, 3550 Aberdeen Ave. SE, Kirtland AFB NM 87117-5776. Availability of any formal solicitation will be announced separately. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation and no solicitation package exists at this time. In accordance with FAR 52.215-3, Request for Information or Solicitation for Planning Purposes: The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. Written responses or dialog with respondents clearly indicated as competition-sensitive or proprietary will be handled appropriately. Proprietary information should be marked as such on a page by page basis. Offerors are advised that all data submitted to the Government in response to this synopsis may be released to non-Government advisors for review and analysis. The non-Government advisor support will be provided by: SAIC and the University of Arizona performing under Air Force manpower support contracts. Unless a specific written objection is made, submission of information in response to this synopsis constitutes consent to the release of any proprietary, confidential, or privileged commercial or financial data to the non-Government advisors identified above. Any objection to the release of information being provided in response to this synopsis must include a detailed basis for the objection that identifies the specific portions of the submission that the submitter objects to being disclosed.
 
Record
SN00068794-W 20020502/020430213245 (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.