Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2007 FBO #2188
SOURCES SOUGHT

58 -- FLIR (Forward Looking Infrared) Activity Detection System (FADS)

Notice Date
8/24/2007
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
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
W15P7T07RS216
 
Response Due
9/13/2007
 
Point of Contact
Kathleen Rizzo, (732)427-1497
 
E-Mail Address
US Army C-E LCMC Acquisition Center - DAAB07
(kathleen.rizzo@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This request for information is for planning purposes only and shall not be considered as an invitation for bid (IFB), request for quotation (RFQ), request for proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your response to this request for information (RFI) 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 contractor submission of responses to this a nnouncement or the Government use of such information. 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 statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition se nsitive information contained in their response. The Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information submitted in response to this RFI. Description: The Government is conducting market research to determine the status of currently available products and technologies capable of providing enhanced visual recognition capabilities for operators of combat vehicles at a low unit price. The intended vehicle platform for integration of this product capability is the HMMWV. The government is primarily interested in products with technologically mature sensor systems that include day and night camera capabilities. Additionally, responses provided should addres s industrys ability to commence high rate monthly production within 3 months from contract award leading to delivery and platform installation of 5034 systems on or before the end of calendar year 2008. System Configuration: The government envisions that FADS will be an improved follow on to the Driver Vision Enhancement Plus system currently being produced in limited quantities by DRS, Inc, FL under contract Number W15P7T-04-C-J202. FADS improvements include a separate sensor for an observer in the back of the vehicle with an associated video display. This sensor will have an adjustable focal length capability. Both users, driver and observer, will have the ability to employ electric pan and tilt controls. System Capabilities: It is envisioned that the FADS will operate in urban, rural, and off road terrains. Additionally, the FADS will be used to detect activities which may indicate Improvised Explosive Device (IED) emplacement and /or employment. The syst em must be able to allow an observer to continuously scan threat areas around the vehicle from the ground level to roof tops of three story buildings to detect a human at ranges up to 500 meters using multiple fields of view. The observer must be able to independently pan and tilt the sensor(s) which will be able to operate in both day and night conditions as well as degraded visibility conditions (smoke, fog, haze, rain, dust, etc). Additionally, the FADS must be able to record activities associated with IED emplacement or an attack on the vehicle for review at a later time. The system must meet the most current version of MIL-STD-461, Electromagnetic Interference. FADS components must be able to be removed and placed on another vehicle quickly in a tac tical environment without the need for special tools. Power requirements must be supported by current onboard power generation equipment with a fully combat configured M1114 or M1151. In the event said power requirements cannot be met, adequate power ge neration must be part of the FADS design itself Current System Specs: FADS system elements must as capable as currently fielded DVE and DVE Plus systems. Specifications for the DVE Plus PTM with Quickset PTM in clude: Weight: 15.5 pounds; Height: 13.25 inches; Width: 9.5 inches; Depth: 5.25 inches. For the FLIR Sensor: Band 8-12 microns  long wave; Detector  640x480; NET: less than or equal to 35milliKelvins; Cooling: Uncooled; Focal Length: 7mm (40 degrees) Other considerations: The government is seeking low cost, non-developmental item/commercially available low cost solution for FADS. The system must be operable by a skill level 1 military member. When considering price estimates respondents are requested to address complete system unit cost including all components, training, delivery, maintenance and installation impacts based on use of combat configured M1114 or M1151. Interested sources are requested to provide complete descriptions of existing products or those that will be available for delivery within the timeframe indicated above. Industry responses must include sufficient documentation to support any claims that t heir system performance will meet the minimum performance capabilities contained herein. Such documentation may include system technical specifications, product brochures and related literature, performance test data, system drawings and/or photographs, or any other data to support the state of system development and or production readiness. Additionally, industry responses are to specifically include an outline of supply chain considerations with emphasis on any known long lead items that may adversely im pact high rate production in an accelerated environment. Any limitations to ramping up to high rate monthly production and system integration considerations must be addressed along with proposed resolutions to potential production impediments. Industry r esponses should also submit their projected monthly production capabilities to include critical subcontractor and vendor production capacity along with estimated unit prices assuming a notional 31 Dec 08 completion date for delivery of 5034 items. Responses to this RFI are due by 4:00pm on 13 September 2007. Technical questions and industry responses are to be sent via email to Patrick Schertler at patrick.schertler@conus.army.mil. All material submitted in response to this RFP must be unclassified. Interested parties possessing the capacity to deliver products meeting the requirements outlined above are requested to provide a White Paper describing: 1. Corporate capabilities, past and current relevant performance information, available facilities and assets 2. Technical and management approach for executing a FADS program to include a detailed design; procurement of subsystems and components and the integration of sensor components; rigorous contractor test and integration data; supporting technical documen tation; and, operational and sustainment considerations 3. A cost estimate on a Rough Order of Magnitude (ROM) to meet or exceed the notional requirements outlined above. 4. A supporting program schedule that represents a low risk approach to meeting the objectives outlined above. 5. An assessment of the associated risks for this program and respective risk mitigation approaches. 6. Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. The Government may afford interested parties an opportunity to discuss the contents of their White Papers during an industry one-on-one session where it is envisioned the parties will engage in an active information exchange dialogue to aid in the governme nts feasibility assessment. Additionally, the government may allow interested parties an opportunity to provide a demonstration of their FADS solution. It is anticipated that any such sessions would not exceed 8 hours, including installation and de-insta llation, and will take place at either at Fort Belvoir, VA and/or at Fort A.P. Hill, VA. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-AUG-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 21-NOV-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/USAMC/DAAB07/W15P7T07RS216/listing.html)
 
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
SN01457276-F 20071123/071121225421 (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.