Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
SOURCES SOUGHT

59 -- Request for Information (RFI) for Electro-optic/Infrared (EO/IR) Sensors

Notice Date
1/10/2012
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-12-S-MX20-01
 
Response Due
2/8/2012
 
Archive Date
4/8/2012
 
Point of Contact
Hung Le, 443-861-2331
 
E-Mail Address
ACC-APG (C4ISR)
(hung.le@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This RFI is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal or as an obligation on the part of the Government to acquire any products or services. Your response to this 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 announcement or the Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request. 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, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). Parties responding to this RFI are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. The Product Manager Robotic and Unmanned Sensors is conducting market research to determine the status of sustainment capabilities for Electro-optic/Infrared (EO/IR) sensors to support airborne platforms, including aerostats, unmanned aerial systems and manned aircraft. In particular, the Government is interested in maintenance, repair, transportation and training capabilities for EO/IR sensors, to include L-3 WESCAM sensor systems in the "MX" series (e.g. MX-15 and MX-20 sensor systems). The Government is interested in approaches, facilities, resources, contractual relationships and other capabilities that may contribute to improved value to the Government in the sustainment of EO/IR sensor systems. Maintenance Support Objective Support shall include the sustainment and repair of systems at the depot level and the forward deployed intermediate level. Depot level capabilities must also include re-build/refurbishment of sensors damaged during shipment, crashes or battle damage. Support capabilities must be tailorable to a range of system operational availability levels (Ao). Approaches must also address a flexible capability supporting an expanding fleet of EO/IR sensors with multiple sensor or platform configurations and in locations around the world. The Government is also interested in the capability to produce EO/IR sensors, in either of two classes (mid-size or large-size), with minimum performance as outlined below, in support of either replacing sensors at end-of-life or new operational requirements. Performance Objectives Mid-size EO/IR sensor: Detection FOV > 6.5 degrees diagonal FOV. Detection of vehicle size targets with 70% probability, 9.0 Km minimum. Detection of personnel with 70% probability, 3.5 Km minimum for both FLIR and TV sensors. Identification of vehicle size targets with 70% probability, 5.5Km minimum for both FLIR and TV. Include eye safe laser range-finder with range from 500 m to 10Km. The airborne system components must weigh no more than 165 lbs. Large-size EO/IR sensor: Detection FOV > 3.5 degrees diagonal FOV. Detection of vehicle size targets with 70% probability, 17.0 Km minimum. Detection of personnel with 70% probability, 7.0 Km minimum for both FLIR and TV sensors. Identification of vehicle size targets with 70% probability, 8.0 Km minimum for both FLIR and TV. Include eye safe laser range-finder with range from 500 m to 30Km. The airborne system components must weigh no more than 200 lbs. All EO/IR sensor classes must include high magnification thermal imager, daylight camera with zoom lens, daylight camera with spotter lens, and laser-illuminator to mark ground targets. The Laser illuminator should be compatible with NVGs and have constant and pulse capability. High-definition capability in both electro-optic and infrared is desired. Sensors must operate in all weather conditions, and must be capable of operating in a zero wind environment (in the case of aerostat installation). Recommended RFI Response Format All material submitted in response to this RFI must be unclassified. Interested parties possessing the capacity to deliver the objectives outlined above are requested to provide a response in electronic format describing the approach to meet the objectives established above and should address the following items: 1. Company Name, Contact Name, Position, Telephone, E-mail, Company URL 2. Capabilities to produce new systems with a low risk approach to meeting the performance objectives outlined above. Include lead time to first unit delivery and maximum production rate per month. Include suggestions for acceleration of system delivery, test, qualification, economical ordering quantities, economical range quantity breaks, realistic schedules for production ramp up and surge quantities, and monthly production sustainment quantities. Include information about the current level of environmental qualification and Electromagnetic Interference testing of the system being described as well as its predicted or actual reliability (e.g. MTBF) with supporting data that validates reliability claims. Provide sufficient documentation to support any claims that the system performance will meet the minimum performance capabilities contained herein. 3. Outline of supply chain considerations with emphasis on any known long lead items that may adversely impact sensor repairs in an accelerated environment and strategies to overcome potential parts obsolescence problems. Supply chain considerations for new sensor production should also be addressed. 4. Technical management approach including product and component designs, configuration management, engineering change proposals, test data and integration between sensors and platforms. 5. Rough Order of Magnitude price estimates for repair services (at each level), spare components, training and production of new sensor systems. 6. Provide an assessment of the associated risks for the program and respective risk mitigation approaches. 7. Corporate capabilities ( i.e., available facilities and assets to include existing production and repair facilities, total available square footage to include additional floor space available for expansion, amount that could be dedicated to the program; quality management programs, manufacturing process controls and configuration management control systems) and company profile (i.e., company type, US or non-US ownership, Cage code, DUNs number, size and status as listed in the Central Contractor Registration). 8. Past and current relevant performance information. RFI Data Analysis Request In addition to the above, responses shall provide a solution to the below notional scenario. This response should include: consideration of intermediate level repairs, depot level repairs, repair facility capacity and locations, repair turn-around times for standard/non-standard/planned maintenance and Mean Time Between Failures (MTBF). The approach should also address the strategy for transportation, bench-stock, special tools and test equipment, as well as any recommended teaming (subcontractor relationships and existing government partnerships). Approaches should address a flexible capability supporting an expanding fleet of EO/IR sensors on multiple sensor or platform configurations and locations around the world. Given the below information, explain what Lifecycle sustainment, repair and management approach and Administrative and Logistics Delay Time (ALDT) is required to best support the required Operational Availability (Ao) and how the respondent would accomplish this within the Army's doctrinal two level maintenance concept. 1. Required Ao of 95%; 2. 24/7 OPTEMPO 3. Total inventory of 225 sensors (122 operational, 103 spares) 4. Location: CENTCOM Southeast Asian Area of Responsibility (AOR) 5. Concept: 2-level maintenance concept (FRWD Intermediate and Depot). RFI Administrative Information Responses are due on or before FEBRUARY 8, 2012. All interested firms that possess the capabilities and capacities addressed herein are encouraged to respond to the notice by providing the information specified below, on or before 1700 hours on February 8, 2012. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint. If a soft-copy cannot be provided, written information will be accepted. Information may be provided through mail, or via e-mail. Telephone or email requests for additional information will not be honored. You may forward your UNCLASSIFED responses to PM Robotic & Unmanned Sensors, ATTN: SFAE-IEW-NV-RUS (Mr. Robert Sukiennik) Building 6006, B2-133, Combat Drive, Aberdeen Proving Ground, MD 21005; and submitted electronically to Robert Sukiennik at robert.a.sukiennik.civ@mail.mil. Sources responding to this notice should indicate whether or not they are a small business. Questions regarding this RFI may be addressed to Robert Sukiennik at robert.a.sukiennik.civ@mail.mil or 443-861-2289. All documentation received from offerors will be kept confidential and will not be disclosed to anyone outside of official Government channels.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e6060f89713985946bdfc8601d12053b)
 
Place of Performance
Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02651717-W 20120112/120110234337-e6060f89713985946bdfc8601d12053b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.