Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2011 FBO #3661
SOURCES SOUGHT

A -- Request for Information for the purpose of developing Performance Specifications and ICDs to support the Next Generation of FLIR systems for ARMY ground combat platforms

Notice Date
12/1/2011
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG (C4ISR)-DC, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-12-R-C006
 
Response Due
12/16/2011
 
Archive Date
2/14/2012
 
Point of Contact
Ray Jones, (703) 704-0822
 
E-Mail Address
ACC-APG (C4ISR)-DC
(raymond.a.jones46.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Contracting Command - APG (Belvoir Division) on behalf of the US Army RDECOM CERDEC Night Vision and Electronic Sensors Directorate (NVESD) seeks to conduct a Market Survey for the purpose of aligning R&D investments and acquisition strategy for development of Performance Specifications and ICDs to support the Next Generation of FLIR systems for ARMY ground combat platforms to include M1 Abrams, M2/M3 Bradley, Stryker, and GCV. The Next Generation (Gen) FLIR B-Kit will consist of a Next Gen High Definition (HD), 1280x720 12 m, Midwave IR (MWIR) and Longwave IR (LWIR) Focal Plane Array (FPA), integrated in a tactical Dewar cooler with variable F/# aperture stop, imaging optics, control electronics, image processing electronics and algorithms, and stabilization subsystems as required. High magnification, long effective focal lengths and F/#'s from F/2 to F/5 are anticipated. Respondents are asked to submit a white paper describing their capabilities and address each question below, limited to one page per question and not to exceed 13 pages total. 1. What is current status of your FPA capability (e.g. Next Gen MWIR/LWIR FPA, Next Gen HD FPA)? Provide the following information for each: a. How many Next Gen MWIR/LWIR FPAs have been fabricated to date? How many Next Gen MWIR/LWIR HD FPAs have been fabricated? What was the yield? b. What MWIR/LWIR FPA performance parameters have been characterized to date (i.e. sensitivity, operability, post correction uniformity, MTF)? If done outside the auspices of the DBFM ManTech effort, identify the proponent and summarize results. c. Has the MWIR/LWIR FPA been successfully integrated into a tactical Dewar configuration for integration into a prototype Sensor System for evaluation and demonstration? If yes, describe the system specifics and configuration of the tactical Dewar. Summarize any results and identify the proponent organization. 2. What IR FPA material solutions do you have in development, either IRAD or under Government contract? Describe any ongoing programs and relevant history of Next Gen MWIR/LWIR FPA development to include the following: a. HD MWIR/LWIR 1280x720 12 m - Staring b. MWIR/LWIR 640x480 20 m - Staring c. MWIR/LWIR 860x480 20 m - Staring d. HD LWIR 1280x720 12 m - Staring 3. What tactical Dewar integrated variable aperture technology does your company have in development? a. Describe any relevant development and production programs. b. How many tactical Dewars with variable aperture technology has your company integrated and tested? Provide results. 4. Describe any multi-band MWIR/LWIR optical systems your company developed or has in development? a.Refractive, Reflective or combinations. b. Discuss any optical design considerations required to optimize multi-band optical systems for affordable production. 5. Does your company have any relevant prototype systems that could be leveraged for a Next Gen FLIR B-Kit TRL6 demonstration in 4QFY13? Does your company have any plans to develop a prototype system under IRAD? 6. For those material solutions above, what is the estimated development cost to get the technology from its current state to a qualified Next Gen FLIR B-Kit? a. Assume same size, weight, and functionality of the current 2nd Gen B-Kit. The Next Gen B-Kit must fit within volume constraints of existing 2nd Gen B-Kit for the M1-A2 SEP (GPS and CITV), M2 (IBAS and CIV), Stryker (LRAS3), and ITAS. b. B-Kit defined as including: imaging optics, integrated Dewar cooler assembly, control electronics, image processing electronics and algorithms, and stabilization subsystems as required. c. Provide detail for any design assumptions related to the Next Gen FLIR B-Kit (e.g. 2 or 4 Fields-of-View [FOV]; fixed or variable F/#). d. Performance Specifications and ICDs for 2nd Gen B-Kit must be obtained from PM-FLIR, Mr. William Salazar, william.e.salazar.civ@mail.mil. 7. Is your company agreeable to participate in an open forum with other contractors of FLIR technology to develop a common Next Gen FLIR B-Kit Performance Specification and ICD suitable for use in an EMD phase of development? Describe any conditions for participation. a. Sensor topics for open forum discussion would include but not be limited to: (1)Size, Weight and Power (SWAP) (2)Host platform / sensor interfaces (3)F/# selection for target acquisition and targeting tasks (4)Implementation of variable F/# approaches (5)FOV trades (6)Optical Improvement approaches (7)Maintenance concepts b. Companies are encouraged to provide other suggestions for open forum discussion topics. 8. If your company is a small business please describe your experience on past contracts similar in nature and complexity. 9. If your company is a small business, could your company sustain if not paid for 90 calendar days? 10. If your company is a small business, please describe the capacity of your current facilities. 11. If your company is a small business and would plan to prime on any possible future requirement, please identify how you would meet the limitations on subcontracting Clause 52.219-14 12. If your company is a small business, the Government understands that teaming is an intrical part of contracting. Please briefly describe how you would approach selecting team members for any possible future requirement if you would not be performing this action 100% in house. Respondents are asked to submit a white paper describing their capabilities and address each question above, limited to one page per question and not to exceed 13 pages total. Papers should also include point(s) of contact for further Government inquiry should more information be desired. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. Offerors are responsible for any costs associated with preparing responses and/or acquiring test data. This RFI is NOT for a specific contracting action. Submission of this information is for planning purposes only and is not to be construed as a commitment by the government to procure any items/services, or for the government to pay for the information received. No solicitation document exists. Submit white papers electronically to Douglas Divine, Contract Specialist at douglas.d.divine.civ@mail.mil, and Raymond Jones, Contracting Officer at raymond.a.jones46.civ@mail.mil. All requests for further information must be made in writing or via email; telephonic requests for additional information will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9be0806c4a408d4f8632540c86cb4801)
 
Place of Performance
Address: ACC-APG (C4ISR)-DC ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02631688-W 20111203/111201234702-9be0806c4a408d4f8632540c86cb4801 (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.