Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2011 FBO #3408
SOURCES SOUGHT

63 -- Handheld Stabilized Day Observation Device

Notice Date
3/23/2011
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92236-11-S-3001
 
Archive Date
5/7/2011
 
Point of Contact
Lavern Miller, Phone: 9104327688, Dennis Stalker, Phone: 9104321158
 
E-Mail Address
lavern.miller@soc.mil, dennis.stalker@us.army.mil
(lavern.miller@soc.mil, dennis.stalker@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought The United States Army Special Operations Command is seeking information regarding industry capabilities and best practices for the development of a handheld stabilized device for observing areas of interest during daylight hours. These services include the development of a stabilized, high magnification power, day handheld observation device for use in detecting and identifying targets at extended ranges to maintain the ‘see first, target first' operational advantage. This device is intended to also complement long range weapon systems. This Request for Information (RFI) is to assist the Government in determining the capability of existing state-of-the-art technology to meet the requirements of a stabilized, high magnification power device during daylight hours. The Government places emphasis on the device's size, weight and its ability to achieve the stated requirements. Requirement 1.0 Specifications USSOCOM has identified the following required specifications of a prototype Handheld Stabilized Day Observation Device. 1.1 The device shall meet the following size and weight specifications 1.1.1 Length: Not to exceed 8 inches (T), 5 inches (O) 1.1.2 Width: Not to exceed 7 inches (T), 5 inches (O) 1.1.3 Height: Not to exceed 3.5 inches (T), 2 inches (O) 1.1.4 Weight: Not to exceed 2.5 lbs (T), <1.5 lbs (O) 1.2 Waterproofing: The device shall be functional when immersed in sea water at a depth of 1 meter for 2 hours (T) and at 1 atmosphere (depth 33 ft) for 2 hours (O). 1.3 Environmental: The device shall be capable of operation and storage under temperature conditions that range from: 1.3.1 Minimum Temperature: -250F operational (T) and -310F storage (T); -400F operational and -400F storage (O) 1.3.2 Maximum Temperature: 1250F operational and 1590F storage (T/O) 1.3.3 Operational Altitude: 15,000 ft (T); 50,000 ft (O) 1.3.4 Operational Humidity: 100% (T/O) 1.4 Power Source: The device shall operate on commercially available CR123 or AA batteries (T); the device shall be capable of operation on both commercially available CR123 and AA batteries (O). 1.5 The device shall have the ability to be mounted to a tri-pod system through a standard ¼"-20 mounting interface (T/O). 2.0 Performance Requirements USSOCOM has identified the following performance requirements for the Handheld Stabilized Day Observation Device: 2.1 The device shall be bi-ocular (one objective lens providing the same image to both eyes) (T); binocular (two objective lenses, each presenting imagery to one eye) (O). 2.2 The device shall have an angular resolution of 0.0076 mils (T); less than 0.0051 mils (O). 2.3 Modulation Transfer Function (MTF): The device shall have an MTF of 10% at 0.0076 mils (T); 50% at 0.0051 mils (O). 2.4 The device shall operate in the visible light spectrum (T/O). 2.5 Range Determination: The device shall have an internal laser range finder capable of ranging to a minimum of 1,500m (T); 10,000m (O). 2.6 Range Accuracy: At the maximum effective range of the device's internal laser range finder the system shall have a range determination accuracy of 5m (T); <1m (O). 2.7 Laser Range Finder Stabilization: The device shall incorporate laser range finder stabilization through software, electro-mechanical, or mechanical apparatus that isolates the laser beam from vibrations of the housing due to hand tremor or other sources of system vibration (T/O). 2.8 Laser Range Finder Alignment: The device's laser range finder shall maintain optical alignment with the user's intended target and the system's reticle over the device's entire operating range. 2.9 The device shall have an internal Global Positioning System receiver capable of displaying the device's current location in MGRS and Lat/Long (T/O). 2.10 The device shall have an internal capability to determine azimuth/bearing to an accuracy of +/- 2 mils and display the azimuth/bearing information to the operator in degrees (T); degrees and mils (O). 2.11 The device shall have a military ‘mil-based' reticle (T); Horus H32 reticle (O). 2.12 Stabilization, Output Amplitude: The device shall limit the output amplitude, over the operating temperature range, when subjected to inputs as specified in the following table: Frequency (Hz) Amplitude (Peak to Peak) Min. Compensation Req'd (%) 0.2 1.0 24 (15 below 320F) (T/O) 0.5 1.0 60 (50 below 320F) (T/O) 1 1.0 75 (T/O) 3 1.0 94 (T/O) 5 0.5 97 (T/O) 10 0.5 98 (T/O) 20 0.25 98 (T/O) 2.13 Stabilized Scan Rate: The device shall be capable of scanning at a rate up to 10 degrees per second (T); 15 degrees per second (O) 3.0 USSOCOM shall accept responses to this Request for Information for 30 days after the initial posting date. Any responses received after that date will not be reviewed. The Government requests that all respondents submit their responses electronically to the Point of Contact listed in Paragraph 4.0. The electronic submission shall be provided as either an Adobe.pdf or in a Microsoft Word (.doc) file compatible with Microsoft Word 2003 and later. The Government requests interested respondents provide the following: • A plan to achieve the Threshold/Objective (T/O) requirements in a concise manner which shall consist of no greater than 15 pages and composed in Times New Roman 12 pt font. • A schedule and compliance matrix detailing the plan's compliance to the stated specifications within a 9-18 month development effort. • A section which addresses those specific items/specifications that cannot be achieved during this effort due to technological constraints. • An estimated cost which shall consist of all design, development, non-recurring engineering and production costs for two prototype units. It is the Government's intent that the two prototype systems shall be used for testing and operational evaluation by the user. • A proposed production plan to meet future fabrication requirements of approximately 60 systems. • A section which answers the following: o Small Business Size (if applicable) o Respondent's Point of Contact Information o Respondent's Full Legal Address o Respondents CAGE Code 4.0 Submitted information will not be returned. All data received in response to this announcement marked, or designated, as corporate or proprietary information will be protected from release outside the Government in accordance with the Freedom of Information Act and Privacy Act provisions. This RFI is for informational purposes only. This is not a request for proposal (RFP), invitation for bid (IFB), request for quotation (RFQ), or an announcement of a solicitation. No solicitation document exists. The submission of this information is for market research and planning purposes only and is not to be construed as a commitment by the government to procure these services, nor does USSOCOM intend to award on the basis of this RFI or otherwise pay for the information requested. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this RFI and Government use of such information. 5.0 Point of Contact Please send your responses to: USSOCOM Contracting PO Box 70599 Ft Bragg, NC 28307
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92236-11-S-3001/listing.html)
 
Place of Performance
Address: Fayetteville, North Carolina, 28330, United States
Zip Code: 28330
 
Record
SN02407744-W 20110325/110323234700-cfa12cb311b9752e04e21922a7ddfd96 (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.