Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
MODIFICATION

99 -- Lightweight Fusion-Helmet Mounted Goggles

Notice Date
8/30/2007
 
Notice Type
Modification
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92222-07-R-1008
 
Response Due
9/10/2007
 
Archive Date
9/25/2007
 
Point of Contact
Richard Boast, Contracting Officer, Phone 813-826-7975, Fax 813-826-7504, - Forrest Waller, Contract Specialist, Phone 813-826-4993, Fax 819-826-4838,
 
E-Mail Address
richard.boast@socom.mil, forrest.waller1@socom.mil
 
Description
The United States Special Operations Command intends to award a contract for the following: Lightwieght Fusion Helmet mounted Goggles STATEMENT OF OBJECTIVES LIGHTWEIGHT IMPROVED FUSION-HELMET MOUNTED GOGGLE (LWF-HMG) Spiral Development 1.0 INTRODUCTION. The United States Special Operations Command overall objective is to procure a highly reliable, effective, and lightwieght binocular helmet mounted fusion gogle, system that shall successfully operate in a variety of environments and weather conditions. The contractor shall assume System Engineering Performance Responsibility (SEPR) and will produce and sustain Lightweight Improved Fusion-Helmet Mounted Goggle (LWF-HMG). The LWF-HMG shall be developed utilizing spiral development and produced in two (2) phases, Systems Integration, and System Demonstration. The resultant product at each stage shall be capable of successfully operating and providing the operator with a reliable helmet mounted fusion goggle enabling him to detect and engage targets in both the Visible/Near Infrared (VIS/NIR) (Image Intensification (I2) channels) and the Long Wave Infrared (IR) channel wavelengths. The System Integration LWF-HMG shall be a fully functional non-ruggedized version meeting form, fit and function as described in Section C. The System Demonstration LWF-HMG shall be the ruggedized militarized version of the System Integration version meeting the Form, Fit and Function described in Section C and meeting environmental and MIL-STD requirements as indicated. 2.0 PURPOSE: This Statement of Objectives (SOO) expresses the top-level objectives of this acquisition and is provided in lieu of a Government-written Statement of Work. This approach gives offerors the flexibility to develop cost-effective solutions with the opportunity to propose innovative alternatives that meet the objectives. The offeror is also required to provide a detailed Statement of Work that is tied into the cost associated with how they will meet the government's objectives. 3.0 PROGRAM OBJECTIVES: A spiral acquisition strategy shall be utilized to design, develop, fabricate, construct, test, integrate, and field the LWF-HMG system meeting the requirements of this SOO and the LWF-HMG Requirements stated in Section C. 4.0 CONTRACT OBJECTIVES: A three phased contract to design, develop, fabricate, construct, test, integrate, and field the LWF-HMG. 5.0. TECHNICAL OBJECTIVES. a. The LWF-HMG systems must meet the threshold system performance characteristics and threshold other required system characteristics defined In Part I - The Schedule Section C ? Description/Specs./Work Statement. In addition to the threshold characteristics defined in Section C, the LWF-HMG must be designed to meet the following overarching requirements; a system whose image intensification (I2) performance must meet or exceed the performance capabilities of the current PVS-23 night vision goggles, provide the operator with a rugged, reliable, and operational effective helmet mounted fusion goggle system which can be used during the conduct of the operator?s duties. These duties may include target detection, recognition, and identification; nighttime ground mobility, and target engagement. b. The LWF-HMG systems shall be designed to provide the operator the capability to see in low and no light conditions through the use of direct view image intensification tubes and uncooled Long Wave Infrared (IR) imagers. These systems shall be designed with particular attention paid to lightweight system design to minimize the soldier's head borne weight. In addition, the LWF-HMG shall be designed such that the functional controls of the system operate in an uncomplicated and intuitive manner so as to maximize the operational effectiveness of the systems. All functional controls shall also be capable of one handed operation. When worn by the operator, the LWF-HMG systems should be approximately the form and fit of the PVS-15A and PVS-23 or smaller. 6.0. MANAGEMENT OBJECTIVES. The primary management objective is twofold: (a) allow the contractor maximum flexibility to innovatively mange program cost, schedule, performance, risks, warranties, contracts and subcontracts, vendors, and data required to deliver an effective and affordable Lightweight Improved Fusion-Helmet Mounted Goggle, and (b) maintain clear Government visibility into program cost, schedule, technical performance, and risk. a. The program must be designed to meet a phased schedule. Spiral 1 System Integration Engineering Development Model (EDM) Spiral 2 System Demonstration Engineering Development Model (EDM) b. A management structure including the following; (a) Periodic Management Reviews (PMRs) (b) A Level 3 Work Breakdown Structure (WBS) (c) A program specific Integrated Master Schedule (IMS) The contractor shall conduct a Preliminary Design Review (PDR) with the government within 8 weeks of contract award for each spiral and a Final Design Review within 20 weeks of award. All design reviews will be informal with only necessary personnel in attendance to make required decisions. The design reviews will take place at the contractor?s facility. 7.0 OPERATION AND MAINTENANCE OBJECTIVES. The LWF-HMG system must be a reliable, durable, and easily maintained system using standardized tools designed for a 10-year lifecycle. The contractor must be able to provide training, operations and maintenance materials, and conduct training two classes for up to 20 engineers and technicians familiar with similar systems. The Contractor shall provide an Operator's Manual with the delivered system. The Operator?s Manual shall include, at a minimum information, on the systems in sections entitled Introduction, Preparation for Use and Installation, Principles of Operation, Maintenance and Servicing Instructions (preventive and corrective), Preparation for Shipment, Parts List, Operational and Maintenance Illustrations, and Information on the Functionality of the LWF-HMG system. The information on LWF-HMG functionality shall include information on system components/accessories, system operation from turn-on to system shut down including adjustments (I2 and IR fusion control), and operator checks and services. Fault Isolation Procedures shall be developed and provided to aid in fault isolation and the determination if the repairs are organizational or depot repairable. The Contractor shall provide an illustrated parts breakdown to support the ability to repair items and consumables as defined in the maintenance chapters. Government acceptance Test Criteria a. Phase 1 Testing: This testing shall be conducted by and at facilities designated by the contractor. The purpose of this testing is to verify that each LWF-HMG system meets the published system specifications and requirements to include but not limited to: immersion/waterproofing, EMI, sensor alignment, I2 tube performance, etc. The completion of Phase 1 Testing requires all units successfully pass contractor level testing and verification by representatives from DCMA, PM-SP, or another qualified agency. b. Phase 2 Testing: Phase 2 Testing shall be conducted at the Navy?s CRANE facilities in Crane, IN. CRANE test engineers will verify that the systems meet all system required technical specifications at their facilities, using their equipment. All systems that fail any part of this testing will be returned to the contractor for repair. Assumptions 1.) The Contractor shall make available for the Government's review, all test results concerning the performance, reliability, maintainability, availability, environmental conditions and safety of the LWF-HMG. 2.) The Contractor shall designate a central point of contact for substantive communication with the Government. 3.) The Contractor shall be responsible for attending Program Management Reviews (PMRs) as mutually agreed upon with the Government. The Contractor shall be prepared during all PMRs to address contract performance and specifically in the areas of technical capability, cost and schedule. 4.) Future PMRs may be scheduled after the delivery of the first prototypes. 5.) The contractor shall make available to the government upon demand all data that is created under this effort to comply with the requirements in Section C and the SOO as well as the data created in order to comply with the contractors created Statement of Work and the contractors Quality assurance program. Draft RFP has been posted for comments as of 30 Aug 07. Specifically request industry comments on the specifications (SOO and Section C) as well as any other comments NLT 9/10/2007. Please reply by email NLT 10 Sep 07 with your comments to William.grun@socom.mil (813 826-6526), Richard.boast@socom.mil (813 826-7347) or Daniel.gill@socom.mil (813 826-3307).
 
Record
SN01391381-W 20070901/070830223301 (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.