Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2007 FBO #1882
SOURCES SOUGHT

59 -- **DRAFT** Pre-Solicitation Synopsis - Demonstration, integration and production of the Common Sensor for the Armed Reconnaissance Helicopter (ARH-70A) and the Extended Range/Multi-Purpose (ER/MP) Unmanned Aircraft System.

Notice Date
1/19/2007
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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
W15P7T-07-R-S606
 
Response Due
2/5/2007
 
Archive Date
4/6/2007
 
Point of Contact
sarah.casto, 732-532-1524
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(sarah.casto@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. The U.S. Army, Project Manager  Night Vision / Reconnaissance, Surveillance, and Target Acquisition (PM-NV/RSTA), Ft Belvoir, VA is conducting a request for information (RFI) on Common Sensor System. 2. This request for information is for planning purposes only; this is not a request for Quotations or Proposals. No solicitation document exists and formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. 3. Submission: All interested firms that possess the capabilities addressed herein are encouraged to respond to the RFI by providing the information specified in two (2) parts. Part 1 (to be submitted in 5 working days) should contain the proposed alloc ation of capabilities between Increment 1 and Increment 2 available in the timeframe specified in paragraph 6 with associated cost information and unit prices for systems with Increment 1 and Increment 2. Part 2 (to be submitted NLT 22 December 2006) shou ld contain all the additional information. Respondents are requested to submit one electronic copy of the response to Janet Boots, janet.m.boots@us.army.mil. Include EO/IR/I2/LD/LRF RFI in the subject line and one (1) hard copy to PM NV/RSTA, ATTN: Janet Boots, 10221 Burbeck Road, Fort Belvoir VA 22060-5806. 4. PM NV/RSTA is conducting a market survey in part to identify sources and in part to permit a feasibility assessment for the production of the Electro-Optic/Infrared/Image Intensified sensor system with laser designator and laser rangefinder capability to include technical risks and existing/potential solutions, acquisition risks, candidate procurement and support strategies, and industry interest. This includes the possibility of Full Rate Production. This sensor has been given the tentative name of Common Sensor System. This is not a System Development and Demonstration program. The Government is issuing this RFI to obtain information from industry which would permit a feasibility assessment of achieving the Common Sensor capability within the incr ement structure and timeframe stated and to assist the Government in determining the best acquisition strategy for accomplishing this objective. The information provided in response to this market survey will be used to support updating the acquisition str ategy developed for the Common Sensor System program and to justify any modifications required to any current program. Government objectives are: a. A low cost common sensor for airborne platforms. (1) Common operational capability (2) Common logistics support structure that reduces Operations & Support (O&S) costs. b. Initial Common Capability (1) Rapid (schedule) (2) Low Risk for integration (3) Minimizes up front development c. Allows for clear path for added capabilities in the near term and new capabilities/technologies in the future. 5. This sensor shall be capable of being integrated into the Extended Range Multi-Purpose Unmanned Aircraft System and the Armed Reconnaissance Helicopter. The Electro Optic/Infrared/Image Intensified/Laser Designator/Laser Rangefinder (EO/IR/I2/LD/LRF) s ystem will provide a battlefield commander with overall mission area support to perform tactical level reconnaissance, surveillance and target acquisition and attack throughout the full spectrum of Army and Joint operations. The EO/IR/I2/LD/LRF is a day/n ight imaging sensor that is capable of providing continuous, fully focused, near real time imagery and the ability to accurately range and designate for precision guided munitions and reporting of target locations. The sensor system will be required to mee t the threshold requirements outlined in paragraph 7. 6. Scope of Effort: The government desi res to enter an Initial Production phase for the Increment 1 capability sensor system with the increment 2 capability to be added in FY09. The entirety of Increment 1 and Increment 2 represents the threshold capability that is required. A Fixed Price/Cost hybrid type contract is anticipated for the initial production phase and includes 5 production options for additional quantities. The projected contract award date is 30 April 2007. Deliveries of systems shall commence within 9 months of contract awar d with a goal of within 6 months. Air vehicle integration on first units will be completed within 1-2 months of delivery. The initial production contract will also include a full supportability performance based logistics and MANPRINT program to include, but not limited to, the development of technical data in both hardcopy and IETM/w parts list and maintenance allocation chart, maintenance plans, training packages, test support package to include spares, repair parts, and any special tools/test equipment . Full Production Profile: The following production profile is anticipated for the systems: FY09:100 Units, FY10:102 Units, FY11: 120 Units, FY12: 114 Units, FY13: 113 Units, FY14: 63 Units. Qualified vendors should have an existing product meeting per formance requirements and have sufficient production capacity to meet production quantities as stated. The response should have a short introductory description of the approach to be taken, technical description of the proposed system/technologies to be e mployed, how this approach meets the anticipated requirements and suggested ways that the government could reduce cost, schedule and risk. Additional documentation such as formal test results and assessments from a government test agency, product descript ions, previous performance, may be appended. 7. Key aspects for the Common Sensor System include: a. Schedule for initial production phase: (1) The ability to deliver: (a) Two (2) systems within 12 months or less, with minimal development, (b) Two (2) additional units in one month after first deliveries, and (c) Three (3) additional units every 30 days after up to a total of 22 systems. (2) Up to six (6) month airframe integration and testing (two aircraft). b. Risk (1) Air Vehicle Integration: (a) Existing systems that have already been integrated on an attack helicopter and/or a Predator class UAV. (b) Existing systems that have already demonstrated EO/IR detection, recognition and identification range performance (ref performance requirements below), target location accuracy performance (less than 25m CEP @ 9km), laser designation performan ce and interoperability with Hellfire missiles in a rotary wing environment. (c) Existing systems that have already demonstrated integration and interoperability with Common Avionics Architecture System (CAAS). (d) Existing systems that have already demonstrated MIL-STD-461E and ADS-37A compliance for electro-magnetic interference. (e) Existing systems that have already demonstrated environmental compliance IAW MIL-STD-810F. (2) Producibility (a) Systems ready for production, (b) System already in production on a new production line in limited quantities. (c) Systems being produced on an active production line in larger quantities. (3) Incremental approach and growth capability. Sensor system requirements achieved with Increment 1 (baseline) capability, as a minimum, for first deliveries with Increment 2 capabilities to begin integration, without significant engineering, in FY20 09. Increment 3 provides for additional capability, new technology insertion, and modernization of technology without significant engineering. c. Sensor System performance requirements: (1) Increment 1 (Baseline) (a) EO/IR ranges (90% probability, NFOV, target size 5.15m x 1.75m x 1.86m LxHxW, 1.25 deg C): Detection: 25km Recognition: 9km Identification: 5km (b) Laser designation: 100% duty cycle, NATO PRF and PIM capable, @ 9km from 1,000 ft AGL to 20,000 ft AGL. (c) Eye-safe rangefinding: 9km slant range from 1,000 ft AGL to 20,000 ft AGL. (d) Laser Target Marker (e) Laser spot tracker (f) Target Location error: less than 25m @ 9km slant range with on-board IMU (g) Sensor weight: NTE 155 lbs for the sensor system (h) Reliability: 325 hours MTBF @ 80% confidence (i) 360 degree rotation +20/-105 degree elevation (j) In-flight Boresight (k) Fuse/Blend: EO/IR/I2 (l) TV modes: B/W and color selectable IR polarity: Black Hot and White Hot selectable Sensor modes: Spotlight, strip, wide area search and stare Analog and digital output (IEEE-1394, MIL-STD-1553, discretes and Ethernet) NGA compliant imagery IR cooling time: less than 10 minutes Search/Track algorithms Sensor switch time: less than 1 second (m) Auto-track capability for one target with a reacquire capability within 5 seconds of break-lock condition (n) Operating temperature environment: -61 to +122 degrees F. (2) Increment 2: (a) Image Intensified TV (b) EO Countermeasures. Comply with the U.S Army Standards for Hardening Eyes and Optical/Electro-Optical Sensors Against Low Energy Lasers document (c) IR cooling time: less than 5 minutes (d) Sensor switch time: less than 0.5 seconds (e) Auto-track capability for two or more targets simultaneously with a reacquire capability within 5 seconds of break-lock condition for one target. (f) On-vehicle recording greater than 4 hours (g) +30/-180 degree elevation (h) Reliability: greater than 400 hours MTBSA @ 80% confidence (3) Increment 3 (a) EO/IR ranges (90% probability, NFOV, target size 5.15m x 1.75m x 1.86m LxHxW, 1.25 deg C): Detection: 30km Recognition: 15km Identification: 7.5km (b) Target Location Error less than 10m @ 9km slant range OR Target Location Error less than 25m @ 15km slant range (c) Growth to include Countermine Capability (d) High Definition TV (e) 3rd Generation FLIR (f) Reliability greater than 500 hours MTBSA @ 80% confidence 8. Interested parties possessing the ability to meet the key aspects outlined in paragraph are requested to provide a White Paper describing: a. A supporting program schedule that represents your low risk approach to meeting the objectives outlined above b. A cost estimate on a Rough Order of Magnitude (ROM) to accomplish each of the increments. c. Corporate capabilities to meet the requirements stated above. d. An assessment of associated risks for this program and possible mitigations approaches. e. Whether the requirements for each increment can be met by: (1) Items of a type customarily available in the commercial marketplace; (2) Items of a type customarily available in the commercial marketplace with modifications; or (3) Items used exclusively for governmental purposes; f. Potential practices regarding customizing, modifying or tailoring of items to meet customer needs and associated costs; g. Potential practices, including warranty, buyer financing, discounts, etc., under which current sales of the products are made; h. The requirements of any laws and regulations unique to the item being acquired; i. The availability of items that contain recovered materials and items that are energy efficient; j. The distribution and support capabilities of potential suppliers, including alternative arrangements and cost estimates; k. Size an d status of potential sources; and l. Ways to reduce cost, schedule and risk within or amongst increments. 9. Points of Contact (POC): Government POC: Janet Boots, (703) 704-1835, janet.m.boots@us.army.mil Technical POC: Adam Terio, (703) 704-2742, adam.terio@us.army.mil
 
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
SN01215551-W 20070121/070119225728 (fbodaily.com)
 
Source
FedBizOpps 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.