Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2004 FBO #0836
SOURCES SOUGHT

69 -- 69--REQUEST FOR INFORMATION - TARGETING SYSTEM

Notice Date
3/9/2004
 
Notice Type
Sources Sought
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
47522-5001
 
Solicitation Number
N0016404R4822
 
Response Due
3/26/2004
 
Point of Contact
Rick Colvin 8128544389
 
E-Mail Address
point of contact
(colvin_r@crane.navy.mil)
 
Description
The government is issuing this Request For Information (RFI) as part of a market survey for an optical and acoustical targeting system. Currently, Naval Surface Warfare Center, Crane Division has an operational and research requirement to replace an antiquated targeting system. NSWC plans to acquire the targeting systems as a Non-Developmental Item (NDI) acquisition. This targeting system will consist of: 1) a computerized integrated data collection point comprised of a main stationary and secondary remote capability, and 2) optical and acoustic targeting systems. The main data collection point should be comprised of a computerized integrated control system serving as a stationary data collection/storage facility capable of supporting up to six target lanes. An additional laptop system should be available for remote testing capable of supporting two target lanes. The follo wing programming and operational capabilities are required for both the stationary and laptop data collection points. Computerized integrated data collection points should be capable of providing simultaneous reports to individual firing stations for data processing and combined test data collection. Computerized integrated data collection points should offer hardwire and radio frequency interface with each target lane. For radio frequency interface should be capable of transmitting control data up to 1200 meters. Computerized integrated data collection points should be Windows based and enable the operator to define test parameters and individual test configuration measurements. Test measurements should be capable of metric and English weight and distance conversion, perform multiple timing, correct and calculate functions and illustrate XY coordinates of each shot. Compute rized integrated data collection points should provide open architecture to enable extended and updated capabilities as they become available. Computerized integrated data collection points should have an Intel Pentium or greater processor, random access memory of greater or equal to 64 MB, hard disk storage of greater or equal to 10 GB, interface bus which is PCI/ISA Bus compatible, a 10-slot backplane, USB, serial & parallel printer Interface, a display screen of 15 or greater, HP color inkjet printer and plotter, and CD ROM Read/Write capability for back-up up data. The optical and acoustic targeting equipment should be an open horizontal design to ensure there are no obstructions exposed in the target area, minimizing the risk of inadvertent projectile damage during testing. The targeting equipment should detect subsonic and supersonic projectiles or missiles of 5.56 mm to 155mm. The optical equipment should have an operational target area in excess of 3m X 3m, accepting 5.56mm to 155mm calibers. It should provide automatic buffering of data during rapid fire. The optical and acoustic targeting equipment should be readily man-portable and mounted / secured to ensure precision alignment. The acoustic targeting system should accept a rate of fire of 900+ rounds per minute and have a 1000 shot memory. Accuracy should be + 1mm over the central target with + 3 mm otherwise. The manufacturer or its representative will provide on-site installation and troubleshooting support for any additional hardware or test program software. The manufacturer or its representative will provide on-site operational training for all equipment and software. The manufacturer or its representative will provide any scheduled service maintenance, including pr ogram upgrades for a period of 5 years. The manufacturer or its representative will maintain service and repair of all system parts for a period of 5 years upon completion of installation. Solicitors must submit performance capabilities and cost estimates in English measurements and US currency. This request for information in no way implies either implicitly or explicitly that respondents will be compensated in any way by the Government for information or materials provided. It does not constitute a solicitation and should not be construed as a commitment of any kind by the Government to issue a solicitation or ultimately award a contract. All information provided becomes U.S. Navy property and will not be returned. All proprietary or classified information will be treated appropriately. Submissions are due at NSWC Crane on or before 26 March 2004. Naval Surface War fare Center Crane point of contact is Mr. Rand Hammel, Commercial Telephone: 812-854-5082, Fax: 812-854-, or e-mail: hammel_r@crane.navy.mil. Mr. Hammel’s complete mailing address is: Mr. Rand Hammel, Code 4081 Bldg. 2521, NSWC Crane, 300 Highway 361, Crane, IN 47522-5001
 
Web Link
to download synopsis
(http://www.eps.gov/spg/DON/NAVSEA/N00164/N0016404R4822/listing.html)
 
Record
SN00540936-F 20040311/040309230712 (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  © 1994-2020, Loren Data Corp.