Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2011 FBO #3338
MODIFICATION

67 -- MRAP VISUAL SENSOR MARKET SURVEY ---- correction to market survey includes POC email address and extends due date to 30 Jan 2011

Notice Date
1/12/2011
 
Notice Type
Modification/Amendment
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
TACOM Contracting Center (TACOM-CC), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-11-BH01
 
Response Due
1/30/2011
 
Archive Date
3/31/2011
 
Point of Contact
Betty Haass, 586-282-2427
 
E-Mail Address
TACOM Contracting Center (TACOM-CC)
(elizabeth.haass@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
MRAP VISUAL SENSOR MARKET SURVEY A. DESCRIPTION OF INTENT The Program Executive Office Combat Systems and Combat Service Support (PEO CS&CSS), Joint Program Office Mine Resistant Ambush Protected vehicle (JPO MRAP) is conducting a market survey to collect written information from Industry to ascertain the current market's capability to integrate visual sensors onto the MRAP family of vehicles. The Army seeks to improve situational awareness for Warfighters within the MRAP vehicle. This situational awareness system requires an upgrade to the current suite of visual sensors to increase visibility of the surrounding environment. The parameters of the desired visual sensor cameras are as follows: The visual sensors must contain both a daytime color and infrared visualization capability. It is assumed that each sensor includes two cameras: one for color daytime capability and one for infrared capability. If a single camera can accomplish both capabilities simultaneously, references to separate cameras can be assumed to apply to the single camera. Both cameras must have a horizontal Field of View (FOV) no less than 40 degrees; and, a vertical FOV no less than 30 degrees. The daytime color camera must detect an upright, stationary adult in fair weather no less than 180 meters away; and, the infrared camera must do the same no less than 250 meters away. The sensor must reside upon a mechanical pan-tilt system with a pan range of no less than 360 degrees (continuous) and tilt range of at least +90 / -30 degrees elevation. The daytime color camera must output analog video in accordance with SMPTE-170M-2004 with a minimum resolution of 768V x 494H; whereas, the infrared camera must output analog video in accordance with SMPTE-170M-2004 with a minimum resolution of 640V x 480H. The sensor unit must provide a serial control interface via RS-232, RS-422, or RS-485 half duplex; and, the pan-tilt unit must provide a control bus interface via RS-485 half duplex. The sensor and pan-tilt unit must have Built-In Test (BIT) capability for fault detection/isolation. The latency from either camera must not exceed 35 milliseconds from point of image capture to distribution on a video or data network. The sensor unit must be ruggedized to military standards. Respondents should be companies that have proven capabilities as a vehicle system integrator and can ruggedize sensor technologies to military standards. This survey is not intended to address individual technologies, rather we are interested in the sensor package as a whole that meets all parameters above. This survey does not aim to address immature technological capabilities. Respondents should include information regarding production readiness and justification of stated capabilities. B. GENERAL INFORMATION The submission of information in response to this market survey is for planning purposes only; and, it must not be construed as a commitment by the United States Government to procure any items or services described herein, or for the Government to pay for the information received. Respondents that cannot address all of the market survey questions in this RFI need not respond. Receipt of an incomplete market survey will not be reviewed. ***UNITED STATES (US) AND FOREIGN COMPANIES WHO WISH TO RESPOND TO THIS SURVEY SHALL BE AWARE OF AND BE ABLE TO COMPLY WITH EXPORT CONTROLS IN ACCORDANCE WITH THE INTERNATIONAL TRAFFIC IN ARMS REGULATIONS.*** Participation in this market survey is strictly voluntary and the U.S. Government will not reimburse contractors for any cost incurred for their participation in this survey. All information is to be submitted at no cost or obligation to the Government. This is not a pre-solicitation notice. This notice does not constitute an Invitation to Bid or Request for Proposal; and, it must not be construed as a solicitation; and, no award shall be made on the basis of this notice. No formal solicitation is available at this time. No solicitation will be issued against this notice; and, this Request for Information does not obligate the Government to issue a solicitation. Respondents to this market survey are specifically instructed to refrain from submitting any type of proprietary data, trade secrets, or other business sensitive information. If your response includes For Official Use Only (FOUO) or competition sensitive information, you should send your response via an approved FOUO-level, CAC-encrypted e-mail or send a hard copy to: elizabeth.haass@us.army.mil or U.S. Army TACOM, ATTN: Elizabeth Haass, SFAE-CSS-MR, Mail Stop 298, 6501 E. Eleven Mile Rd, Warren, MI 48397-5000. Data submitted in response to this market survey will not be returned. The market survey does not aim to seek contractor interest in being placed on a solicitation mailing list. Respondents shall not be notified of the results of the survey or results of information submitted. Telephone or e-mail inquiries will not be honored. C. INSTRUCTIONS FOR COMPLETING THE QUESTIONNAIRE The survey response shall not exceed 25 pages. Submittal must be in PDF format only. The submittal may include pictures, graphics, etc. * All questions must be addressed. * Font size no smaller than 10. * Respondents must restate the question in the submittal document before writing a response to that question. The question must be written in bold. * Spell out acronyms in their first instance. * Do not reply with proprietary information. * Electronic responses are required unless it contains FOUO-level or sensitive proprietary information, as specified above. Please title response as, "Market Survey Response for Visual Sensor Improvement Program"; and, save the PDF file as follows: "_mrap_vis_survey.pdf". For instance, the following would be an appropriate file name: "abc_company_mrap_vis_survey.pdf". * Please include the following administrative information: - Company Name - Mailing Address - Company Website - Location of Facilities Please send the Market Survey response to Mrs. Elizabeth Haass via email, No telephone responses will be accepted. ****Responses are due no later than close of business on 30 January 2011.**** D. MARKET SURVEY QUESTIONNAIRE Capability: System Architecture & Software 1) Describe the capabilities of the visual sensor(s) that your company develops that meets the requirements detailed within the "Description of Intent" section of Request for Information. 2) The "Description of Intent" section of this Request for Information provided minimum requirements for the desired visual sensor. Specify the capabilities of the proposed sensors with regards to the ollowing parameters: - Field of View - Sensor Range - Sensor Latency - Pan-Tilt Performance - Video and Control Interfaces - Built-In Test Capabilities - Power Requirements - Video Frame Rate 3) Describe the methods used to determine Sensor Range capability. Have these capabilities been verified by an independent Government organization or third-party test lab? 4) Do your sensors include a software interface to control sensor parameters and pan-tilt movement? If so, describe this software interface. For instance, what sensor parameters would this interface be able to control? Would an independent programmer with normal skills in the art be able to interface with your sensors? 5) Do your sensors include obscurant mitigation capabilities? If so, describe these capabilities. 6) Describe your experience in developing visual sensors with daytime color or infrared capabilities; and describe your experience with integrating them onto military ground vehicles. 7) Have your proposed sensors been integrated onto other military ground vehicle platforms? If so, which ones? 8) Describe the technological maturity of the proposed sensors. How has your company verified the technological maturity level of these sensors? Capability: Test and Evaluation 9) Describe your in-house test and evaluation capabilities. Describe your in-house modeling and simulation capabilities. How have these capabilities been used to verify the performance of your proposed sensors? 10) Have your proposed sensors been ruggedized and tested to military standards? If so, list the tests that your company has performed on your proposed sensors; and, cite the military standards (e.g., MIL-STD-810F) that these tests reference. 11) Describe your company's experience with Government testing requirements such as component qualification testing, technical reports writing, etc. 12) Provide the Mean Time between Failure (MTBF) for the daytime color camera, infrared camera, and pan-tilt system for your proposed sensors. How have you determined these MTBFs? Capability: Company Information 13) Does your company maintain a Quality Assurance Program to requirements in ANSI / ASQC Q9001, ISO 9001, or equivalent standard? Is your company certified to these standards? Describe your company's experience with implementing these Quality Assurance standards. 14) Does your company maintain a Configuration Management Program? Describe the process your company employs to track different versions of your sensors. 15) Has your company earned a facility clearance by the Government; if so, what level of classification can your company process at your facility? Describe how your company handles Classified, Sensitive Compartmented Information (SCI), and Special Access Program (SAP) data. Response must discuss information, facilities, materials, equipment, and personnel. 16) Describe your company's capability to produce the proposed sensors. If you do not maintain in-house production capabilities, do you maintain relationships with external production houses? How long would you need to initiate production of the proposed sensors? 17) Describe your company's experience and capability in planning, establishing, and managing an Integrated Logistics Support (ILS) Program that incorporates the following ILS Elements. This includes identifying computer-based tools / systems utilized: - Maintenance Planning - Manpower and Personnel - Supply Support - Equipment Support - Technical Data - Training and Training Support - Computer Resources Support - Facilities - Packaging, Handling, Storage, and Transportation - Design Influence
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/914e5d519328fbf5dc18b3ad03124945)
 
Place of Performance
Address: TACOM 6501 E Eleven Mile Road, ATTN: SFAE-CSS-MR, Mail Stop 298 Warren MI
Zip Code: 48397-5000
 
Record
SN02358957-W 20110114/110112234306-914e5d519328fbf5dc18b3ad03124945 (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.