Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2004 FBO #0809
SOURCES SOUGHT

58 -- STABILIZED MULTI-SENSOR ELECTRO-OPTIC SYSTEMS

Notice Date
2/12/2004
 
Notice Type
Sources Sought
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
1234
 
Point of Contact
MR SHAWN GRABER, PH 812-854-2682
 
Description
The Crane Division, Naval Surface Warfare Center is seeking sources and information for a Market Survey being conducted for a Stabilized Multi-Sensor Electro-Optic Systems for use on military ground vehicles of various types. The Stabilized Multi-Sensor Electro-Optic System is to provide enhanced visual augmentation and solve for the precise geodetic position (i.e. latitude, longitude, altitude) of objects of various types and sizes at sea, on the ground, and airborne to augment existing optical and radar sensors. The Stabilized Multi-Sensor Electro-Optic System shall, as a minimum, contain a Forward Looking Infrared (FLIR) Sensor, Low Light CCD Sensor (Image Intensified (I2) Sensor is desired), Laser Rangefinder (LRF), Infra-red Laser Pointer (LP), Autotracker, and Gyro-Stabilization (digital video stabilization is also desired). and Inertial Navigational System (INS)The compo nents of the Stabilized Multi-Sensor Electro-Optic System shall all be sealed to prevent water and sand from entering the system. watertight to withstand the harsh marine and ground environments. The Stabilized Multi-Sensor Electro-Optics System shall be fully operational during constant exposure to vertical/lateral shock of 15 20 G?s sawtooth for 23 milli-seconds and ambient temperatures from -40 to +120?F. Respondees, at a minimum, should respond with the following data: system name/nomenclature; system manufacturer; (if different than responding or marketing company), stabilization characteristics in micro-radians and number of true axis of stabilization; field of regard in degrees; gimbal mounting position(s); gimbal azimuth and elevation limits in degrees (no limits is desired); FLIR bandwidth, detector type with number of elements and detector material, Instantaneous Field of View (IFOV), Fields of View (FOV) in degrees, Noise Equivalent Temperature Difference (NETD), Horizontal and Vertical Minimum Resolvable Temperature Difference (MRTD), cooler type and cool-down times; Image Intensifier (I2) bandwidthLow light CCD camera spectral response, FOV in degrees, tube type, resolution and lux level, noise factor (SNR), tube and gain; LRF class, wavelength, divergence, type, detector material, energy per pulse, pulse duration, beam size, and min/max range; LP class, wavelength, divergence, energy (> 200 milli-watts is required), beam size, and min/max range; gimbal/turret size and weight (< 40 lbs is required); total system weight (< 80 lbs is required); total number of components; system voltage (24 VDC is required) and current draw at 15 20 G shock loading; Autotracker type, number of modes, and manufacturer; video output standard (NTSC is r equired); data Input/Output to allow slew to que to externally provided waypoint and/or position coordinates; video monitor sizes, weights, and types available (night vision compatible LCD flat panel monitors is required); system and component Mean Time Between Failure (MTBF); system Built-In-Test (BIT) and Fault-Isolation Test (FIT) capability; system shock limits for storage (60 Gs for 23 milli-seconds is desired) and operational usage (40 Gs sawtooth for 23 milli-seconds is desired); system vibration limits for storage and operational usage; ambient temperature limits for storage and operational usage; blowing sand and dust limits for storage and operational usage; Electromagnetic Interference (EMI) Emissions, Susceptibility, and Compatibility (MIL-STD-461 qualified for maritime vessels and ground vehicles is desired); system noise levels in decibels; system availability in months ARO (< 14 3 months is required) and production capacity per month; system sales history to DOD and non-DOD customers (include previous DOD contract numbers); system ROM costs in quantities from 1 to 100; and system repair and turn around history and capability. This request for information in no way implies either implicitly or explicitly that respondees will be compensated in any way by the Government for information or materials provided. All information provided becomes U.S. Navy property and will not be returned. All proprietary or classified information will be treated appropriately. Please submit any applicable product literature, drawings, brochures, videos, or related material on or before 16 25 FebruaryFebruary 2004 via electronic mail or CDROM. Naval Surface Warfare Center Crane Division point of contact is Mr. Shawn Graber, Commercial Telephone: 812-854-26 82 or email: graber_shawn@crane.navy.mil
 
Record
SN00521710-W 20040214/040212212935 (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.