Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2005 FBO #1319
MODIFICATION

58 -- 58-- Sources sought announcement for Drivers vision Enchancers Vehicle Mounting Hardware Assemblies, also known as DVE A-Kit.

Notice Date
7/5/2005
 
Notice Type
Modification
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T05RS017
 
Response Due
7/13/2005
 
Archive Date
9/11/2005
 
Small Business Set-Aside
N/A
 
Description
The Product Manager Forward Looking Infrared (FLIR) is conducting market research to determine night vision drivers enhancement sensor system availability for possible use in Army Tactical Wheeled Vehicles. The Government is looking for a 'sensor s ystem', meaning an imager and display mounted on the vehicle. The drivers display must be located inside the cab and mounted in a flip-down configuration (must be flat panel and not a heads-up-display). The imager can be mounted at any point on the vehi cle that allows the driver to see the road ahead. Key performance parameters of interest include: (1) The threshold capability for the drivers viewing system shall allow the driver to see and drive the vehicle at speeds up to 55 MPH during periods of dar kness, and during other degraded visibility conditions (smoke, fog, haze, rain, sandstorms, etc) a t 40 MPH. The objective capability will allow the driver to operate the TWV at speeds up to 70 MPH during periods of darkness and in conditions of other deg raded visibility conditions (smoke, fog, haze, rain, sandstorms, etc).(2)System shall have a flip-down viewing screen that is easily accessible to the driver.(3) System shall be removable by the vehicle operator and installed into the basic mounting kit of another vehicle within 30 minutes (threshold). Key parameters are: (1) Thermal Sensor: wavelength: 8-12 micrometer, allows driver to follow a lead vehicle generating a dust signature, or any general obscurant to visibility and allows driving during period s of darkness.(2)Display: allows driver to maintain a relaxed driving position while viewing the image, provides unity of magnification, and allows for brightness adjustments during day/night operation Cost as an Independent Variable (CAIV) target is $6,00 0 for the system. The nonvariable total system cost includes all components to be delivered and installed on light, medium, and heavy Tactical Wheeled Vehicles to include armored variants. The camera e ngine will have power supplied externally. For evalua tion purposes, each potential source is requested to provide a brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirement description herein. Firms are also invited to submit any literature, brochures, or references necessary to support claims of being able to meet or exceed the requirement. In addition, responses must include the following: name and address of firm; commercial activity/government entit y (CAGE) code; size of business relative to the North American Industry Classification System (NAICS) code; and, point of contact name, title, phone, and email. Interested sources should submit rep lies by email to michael.hier@us.army.mil and joseph.manga naro@us.army.mil, or hard copy Attn: Deborah J. Gilligan; AMSEL-AC-CC-RT-F (GIL), Headquarters, US Army Communications Electronics Command and Fort Monmouth, Fort Monmouth, New Jersey 07703-5000 no later than 4:00 p.m. EST on 13 July 2005. The point of c ontact for this request is Michael Hier. Acknowledgement of receipt will not be made. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This reques t for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or request for proposal (RFP) or as an obligation on the p art of the Government to acquire any products or services. Your response to this sources sought 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 contract or submission of responses to this sources sought or the Gover nment use of such information. The Government reserves the right to reject, in whole or part, any contr actor input resulting from this request. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives and Performance Specifications. Point of Contact Mike Hier, Contract Specialist, michael.hier@us.army.mil, 732-532-1523 Email your questions to US Army C-E LCMC Acquisition Center - DAAB07 at michael.hier@us.army.mil Place of Performance Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ Postal Code: 07703-5008 Country: US
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00841424-W 20050707/050705211952 (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.