Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2007 FBO #2033
SOURCES SOUGHT

A -- Spectral Infrared Remote Imaging Transition Testbed

Notice Date
6/19/2007
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
2640 Loop Road West, Bldg. 557 Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
PIXS5291
 
Response Due
7/20/2007
 
Archive Date
10/19/2007
 
Small Business Set-Aside
N/A
 
Description
TITLE: Spectral Infrared Remote Imaging Transition Testbed / ?Research and Development Sources Sought Synopsis? DESCRIPTION: The USAF Aeronautical Systems Center?s 659 Aeronautical Systems Squadron (659 AESS) is requesting information to identify potential sources that may possess the expertise, capabilities, and experience to provide a hyperspectral-based, real-time day/night targeting sensor system capable of performing target detection and geo-location onboard a UAV or manned platform. Information on complete, flight-tested (at 50kft or higher), deployable system is desired. Systems in the concept or design/development phase are not of interest, unless previously demonstrated at TRL 6 or higher. This is a Sources Sought Notice ONLY. No solicitation is being issued at this time. The Government will neither award a contract solely on the basis of this notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Responses will not be returned. This sources sought notice does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), nor does this issuance restrict the Government?s acquisition approach. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. The Government recognizes that proprietary and/or classified data may be a part of this effort. If so, clearly mark such restricted/proprietary and classified data and present them as an addendum to the non-restricted/non-proprietary and unclassified information. If the Government decides to award a contract for this or related effort, a solicitation will be published. The 659th AESS, Wright-Patterson AFB is contemplating a 5-year effort to provide continuous development and demonstration of a hyperspectral (HSI) sensor capability. Potential sources must provide in their response to this announcement the following information: (1) Evidence of the ability to provide an existing common aperture hyperspectral sensor system capable of real-time operation in the high resolution (HRI) mode (VNIR and MWIR) and HSI mode (VNIR through SWIR) simultaneously in the Global Hawk E-O bay. (2) Evidence of the ability to support integration, operation, and OCONUS deployment of the existing sensor system on a WB-57 within thirty days of notification. (3) Cost and schedule to develop and integrate a single sensor system containing both day and night capability (VNIR/MWIR HRI and VNIR-SWIR-LWIR HSI) for performing target and effluent detection in near real time in the Global Hawk E-O bay. (4) Parameters of the offered system, as if integrated on a Global Hawk operating at an altitude of 50K ft. The offeror must clearly explain the performance tradeoff?s for all cases where achievement of one performance parameter impacts or limits another. (Specify if information is classified or restricted/proprietary and appropriately mark the addendum): (a) Sensor size (inches), weight (pounds), power (KW) (b) HRI and HSI channel IFOV (micro radians) (c) HSI spectral resolution (nm) (d) Number of HSI bands (e) HSI signal-to-noise ratio (SNR) at 50km ground range at altitude (f) HSI spatial resolution at 50km ground range at altitude (g) Area coverage rate at 50km ground range at altitude (km^2/hour) (h) HRI channel NIIRS at 50km ground range at altitude (i) On-board storage capacity (GB or TB) and sensor data rate (Mb/s) (j) On-board calibration source description (radiometric, spectral, flat- fielding) (k) Description of pointing modes (e.g., manual, autostrip, autospot) (l) Real-time detection modes (e.g., anomaly, signature matching) (m) Collection modes (e.g., scanning with forward motion compensation) (n) Stabilization (e.g., two axis inertially stabilized gimbal) (o) Aperture size (inches) and whether obscured (p) F-number (q) Single unit cost ($) Respondents shall provide their level of experience and capability to accomplish these requirements. All respondents shall indicate their ability to provide the necessary equipment, logistics, personnel, and financial resources to fulfill these requirements. At this time, no determination has been made as to whether this effort will be a small business set-aside. All respondents shall indicate their size status in relation to the applicable NAICS code 334511 (size standard employees - 750). Also identify and address if they are a large, small, 8(a), women-owned, HUBZone, or otherwise classified as a small disadvantaged business in your response. All interested firms shall submit a capabilities package that outlines their firm?s capabilities in providing all the above-mentioned requirements. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The response must not exceed 10 single-spaced, 12-point typed pages. Submit the packages within 30 days after publication of this announcement to Ms. Michelle Pickel, 659 AESS/TY, 2640 Loop Road West, Bldg. 557, Wright-Patterson AFB, OH 45433-7106, telephone: 937-255-4632. Spectral Infrared Remote Imaging Transition Testbed / Sources Sought Synopsis is a 659 AESS/TY project. For more information on "Spectral Infrared Remote Imaging Transition Testbed", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5291
 
Web Link
Spectral Infrared Remote Imaging Transition Testbed
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5291)
 
Record
SN01322368-W 20070621/070619223123 (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.