Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2008 FBO #2581
SOURCES SOUGHT

12 -- Modular Infrared Sensor Assembly

Notice Date
12/18/2008
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, N66604 Naval Undersea Warfare Center Simonpietri Drive Newport, RI
 
ZIP Code
00000
 
Solicitation Number
N6660409R1187
 
Point of Contact
MICHAEL BROOMFIELD401-832-8469LORI ROSARIO401-832-1487
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION - SOURCES SOUGHT SYNOPSIS - This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage serves as an alternative if the FBO website is unavailable. In accordance with FAR 15.201(e), this is a Request for Information (RFI). The Naval Undersea Warfare Center Division Newport, RI (NUWCDIVNPT) issues this Request for Information (RFI) to aid the United States Navy in determining if there is sufficient industrial expertise and interest to proceed with a competitive procurement for the production of Modular Infrared Sensor Assemblies. The sensor assembly consists of a 3-5 micron infrared camera housed in a pressure-proof module located above the Type 8 periscope. The Type 8 periscope with the sensor assembly is installed on the 688 and SSN 21 Class submarines. The purpose of the Modular Infrared Sensor (IR Module) Assembly is to provide a Medium Wavelength Infrared (MWIR) sensor that permits recognition and classification of targets in tactical maritime operations. The IR Module consist of an infrared camera and cryogenic cooler, camera control electronics, narrow and wide field optics (2.3 H x 1.7 V and 6.4 H x 4.8 V degrees), focus, power change controls and an infrared head mirror with elevation controls. The top of the IR Module replicates the same mechanical and electrical interfaces to the EHF SATCOM Antenna and EW Carriage used by the Type 8 Mod 3. The IR Module also uses the same nitrogen purge and fill valve design used by the Type 8 Mod 3. IR Module shall be a separable unit that mates on top of the Type 8 Periscope Visual Head. The module has a diameter of 7.5 inches and is 23.6 inches high. The overall length between the optical and infrared lines-of-sight shall not exceed 24 inches. The lower disconnect of the Sensor! Housing shall be a low pressure barrier that mates to the Visual Head Assembly to functionally interconnect the electrical leads and waveguide routed to the EHF SATCOM Antenna, EW Carriage, and Infrared imaging components. Both the infrared chamber and EW chamber of the Assembly shall provide for nitrogen purge and fill operations. When the lower disconnect of the Sensor Housing is mated to the new Visual Head, a high-pressure (1000 + 50/-0 psi) hydrostatic boundary shall be formed. The IR Camera line of sight shall be varied from 60 degrees above and 10 degrees below the horizon. Focus shall be between Near (50 meters or less) and Infinity. The IR Module power will be 115 Volts 400 Hz. One goal should be an increase over the current IR system resolution by 25 percent or more. The present camera has a pixel count of 640 x 480 and the current pixel size is 28 microns square. It is allowable to use FPA's (Focal Plane Array ) that have greater than 640 x 480 pixel counts and! pixels that are smaller than 28 microns in order to achieve the goal of 25 percent better resolution. However, the resolution should not be increased at the sacrifice of NETD (Noise Equivalent Temperature Difference). Detailed technical drawings are available, however due to the restricted distribution statements, the drawings will not be posted with this RFI. In order to receive a copy of the drawings, your company must be certified under the US/Canada Joint Certification Program (JCP). Send an e-mail request for the drawings to Michael Broomfield at michael.h.broomfield@navy.mil citing RFI N66604-09-R-1187 with your company name, address, JCP and cage code number, telephone number and point of contact. CD-ROMs will be sent once JCP registration is confirmed. Information on JCP registration is available at http://www.dlis.dla.mil/jcp/faq.aspx. All drawing requests must be submitted prior to 16 Jan 2009. This RFI is intended to gather information regarding possible technical solutions and their characteristics. NUWCDIVNPT's goal is to use the information collected to develop an acquisition strategy for a competitive best value acquisition. NUWCDIVNPT requests that submittals briefly and clearly describe the potential approach or concept, outline critical technical issues, and comment on the expected performance, robustness, affordability, weight, size and power requirements of the proposed approach. Responses should be limited to five pages for any given concept. Any proprietary concepts or information should be clearly identified as such. For all RFI responses, an additional, non-proprietary cover page is also requested identifying your company name, technical point of contact and contact information. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited, nor is the Government obligated to issue a soli! citation based on responses received. Input on technical aspects of the responses may be solicited by NUWCDIVNPT from non-Government consultants/experts who are bound by appropriate non-disclosure requirements. Failure to respond to this RFI will not preclude participation in any future RFP, if issued. In order to comply with scheduling priorities, responders are asked to provide responses by no later than close of business (COB) Feb 12, 2009. RFI Responses should be submitted in a commonly used electronic format and may be e-mailed or mailed on a CD-ROM to: Mr. David Saleem, Code 3432, NUWCDIVNPT, 1176 Howell Street, Newport, RI, 02841. e-mail david.saleem@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c66a78be96e70fce305adcaf001868f2&tab=core&_cview=1)
 
Record
SN01721683-W 20081220/081218220248-c66a78be96e70fce305adcaf001868f2 (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.