Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOURCES SOUGHT

66 -- EOD Video Inspection Capabilty (VIC)

Notice Date
11/13/2017
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
RFI_EODVIC18
 
Archive Date
12/23/2017
 
Point of Contact
Jamie Fulllinwider, Phone: 7034325775, Terence McGinn, Phone: 703-432-5780
 
E-Mail Address
jamie.fullinwider@usmc.mil, terence.mcginn@usmc.mil
(jamie.fullinwider@usmc.mil, terence.mcginn@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
1. GENERAL INFORMATION. This Request for Information (RFI) initiates market research under Federal Acquisition Regulation (FAR) Part 10.002(b)(2)(iii) for a Video Inspection Capability (VIC). The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information requested. Although the term "offeror" is used in this RFI, your response will be treated as information only. This RFI is not a Request for Proposal (RFP), and no solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation. Responses to this notice cannot be accepted as offers. 2. PURPOSE. Program Manager Engineer Systems (PM ES), Marine Corps Systems Command(MARCORSYSCOM) is conducting market research to seek potential sources for a VIC. Explosive Ordnance Disposal (EOD) technicians require a VIC to safely identify, diagnose, and render safe an Improvised Explosive Devise (IED) or Weapon of Mass Destruction (WMD). The VIC would support this need by equipping the EOD technician with a state-of-the-art VIC to enhance precision during EOD procedures. This RFI solicits input from potential offerors so the government can better understand available commercial technology capable of meeting this requirement. The desired VIC is envisioned to provide two key capabilities: a Video Fiberscope Capability (VFC) and a Tactical Video Inspection Capability (TVIC). The VFC enables EOD technicians to inspect and diagnose IEDs/WMDs in small packages (e.g., briefcases, packages, project boxes); while, the TVIC enables interrogation of large spaces (e.g., rooms, conex boxes, semi-truck trailers). 3. KEY CHARACTERISTICS. The Government requests information on a VIC with the below Key Characteristics: 3.1. VFC Articulating Probe. The VFC shall provide an articulating video probe allowing adjustment while inserted for inspection. The probe's viewing angle shall be adjustable to at least 100 degrees left, right, up, and down. 3.1.1. VFC Field of View. The VFC shall provide a Horizontal Field of View (FoV) of at least 55 degrees. 3.1.2. VFC Probe Diameter. The VFC video probe diameter shall not exceed 0.591inches. 3.1.3. VFC Probe Length. The working length of the VFC video probe shall be less than 20 inches. 3.2. TVIC Flexible Probe. The TVIC shall provide a flexible video pro be that can be manually adjusted to accommodate any viewing angle. Following adjustment, the probe shall be capable of maintaining its viewing angle during EOD interrogation procedures. 3.2.1. TVIC Field of View. The TVIC shall provide a Horizontal Field of View (FoV) of at least 75 degrees. 3.2.2. TVIC Probe Diameter. The TVIC video probe diameter shall not exceed 1.181 inches. 3.2.3. TVIC Probe Length. The working length of the TVIC video probe shall be less than 20 inches. 3.3. VFC and TVIC. 3.3.1. Illuminator. The VFC and the TVIC shall provide a UV-A illumination source to aid in inspection. 3.3.2. Probe Sheathing. The VFC and TVIC video probes shall be covered/coated in a non-conductive material to prevent providing a path for an electrical short during inspection. 3.3.3. Visual Display. The VFC and TVIC shall possess an integral eyepiece allowing operator viewing during inspection. The VFC and TVIC shall provide a hardwire connection to allow viewing on an external monitor. 3.3.4. Resolution. All VFC and TVIC visual displays shall provide a resolution equivalent to 350 TV lines of resolution. The visual display resolution should be at least 1280x720 pixels. The imaging sensor should meet or exceed the display resolution. 3.3.5. Image Capture and Video. The VFC and TVIC shall be capable of capturing and storing still images and should be capable of capturing and storing video. Data at rest for storage shall be protected from unauthorized modifications, malware, or viruses. 3.3.6. Wireless Visual Display. The VFC and TVIC should be capable of wireless transmission of video to multiple monitors. The VFC and TVIC should be equipped with an external monitor for both hardwire and wireless connection. The external monitor should be designed for wrist-mounted or handheld use. If offered, wireless solutions shall meet DoD assessment authorization standards to support data transfer. Data shall be secured with commercially-approved encryption applications and data-at-rest solutions in accordance with Federal Processing Standards 140-2. Additionally, any wireless capability should, support WPA2 encryption protection. 3.3.7. Scratch Resistance Display/Eyepiece. The VIC's external display(s) and eyepiece(s) shall be scratch resistant when abraded with an eraser conforming to MIL-E-12397 testing to severe abrasion. 3.3.8. External Display Readability. The VIC's external display(s) should be readable in sunlight and in low-light conditions. 3.3.9. Battery Type. The VFC and TVIC shall operate using AA, AAA or CR123 batteries or their equivalents in form, fit and function. VFC's and TVIC's requiring lithium batteries shall comply with NAVSEAINST 9310B, Naval Lithium Battery Safety Program. This requirement includes batteries needed for external monitors. 3.3.10. Battery Life. The VFC and TVIC should have a battery life of at least 1.5 hours when operated in temperatures ranging from -10 to +50 degrees Celsius with the illuminator on. 3.3.11. Battery Indicator. The VFC and TVIC shall provide a visual indicator of percent battery life remaining and shall alert the operator if less than 5 minutes of battery life remain. 3.3.12. Weight. The VFC and the VTIC shall each weigh less than 4 lbs. in their operational configuration. If offered, external monitor(s) with associated cabling will not be included in the system weight. 3.3.13. Gloved Operation. All VFC and TVIC controls shall be operable with Flyers Summer Gloves (NSN 8415-01-029-0113). 3.3.14. External Finish. The VFC and TVIC shall have neutral color and shall have a matte surface finish. 3.3.15. Startup Time. The VFC and TVIC should be powered up and ready for use within 15 seconds. 3.3.16. Carrying Case. A Carrying Case shall be provided with the VIC. The case shall have enough capacity to stow the VIC, any tools required for operator maintenance, operator manual, and spare battery loads. The carry case should be water resistant when immersed in fresh or salt water to a depth of 1.0 meters for 5.0 minutes. 3.3.17. Drop Resistance. The VIC shall meet specified performance after being dropped, while stowed in the Carrying Case, four times from any orientation onto hard-packed earth from 3 ft. 3.3.18. Operating Temperature. The VFC and TVIC should meet specified performance while operating in temperatures from -10 to +50 degrees Celsius. 3.3.19. Low Storage Temperature. The VIC should meet specified performance after being stored in temperatures down to -10 degrees Celsius in accordance with MIL-STD-810G, Method 502.5, Procedure I-Storage. 3.3.20. Low Storage Temperature. The VIC should meet specified performance after being stored in temperatures down to -10 degrees Celsius in accordance with MIL-STD-810G, Method 502.5, Procedure I-Storage. 3.3.21. Blowing Dust. The VFC and TVIC should withstand the effects of exposure to blowing dust in accordance with MIL-STD-810G, Procedure I-Blowing Dust. 3.3.22. Humidity. The VFC and TVIC should withstand the effects of humidity in accordance to MIL-STD-810G, Method 507.5, Procedure II (Aggravated). 3.3.23. Transportation Vibration. The VIC shall meet specified performance after exposure to vibration during transit in accordance with MIL-STD-331C, B1.6.2.1, Secured Cargo Vibration. 3.3.24. Altitude. The VFC and TVIC shall meet specified performance at altitudes up to 10,000 ft in accordance with MIL-STD-810G, Method 500.6, Procedure II-Operation/Air Carriage. 4. FORM OF SUBMISSION. The Government requests a written capabilities document (hereinafter White Paper) from potential offerors capable of addressing the feasibility of the Key Characteristics detailed in this RFI, which express the preferred solution for a VIC. If such a solution is impractical, the White Paper should address the specification challenges, alternative solutions (if any), and performance tradeoffs. White Papers should also address the following: Feasibility of meeting performance characteristics Ability of VIC to maintain high-functioning operability in a tactical environment Methodologies and results of environmental testing for the VIC (if available) Monthly production capacity, surge capacity, and production lead time Maintenance and warranty Reliability Data Commercial and Government Entity (CAGE) Code Whether the VIC is available on the GSA schedule or under other DOD contract Pricing/ROM and availability/schedule for 1 to 300 systems System Safety Weights and dimensions Training package in accordance with NAVMC 1553.1A to operate/maintain If a wireless video solution is offered: -Spectrum Supportability Certification in accordance with MCO 2400.2A (if available) -Analysis of Electromagnetic Envieronmental Effects (E3) to ensure hiarmful E3 is minimized - Consideration of radiation Hazards of Electromagnetic Radiation to Ordinance, Personnel and Fuel (HERO, HERP and HERF) 5. ADMINISTRATIVE INFORMATION. Offerors should not submit any competition-sensitive or proprietary information. Offerors that elect to submit competition-sensitive or proprietary information, however, bear sole responsibility for appropriately marking said information to best ensure Government safeguarding. Written responses must be submitted as a Microsoft Word document(s) or.PDF Document via email to Mr. Jamie Fullinwider at Jamie.Fullinwider@usmc.mil no later than 08 Dec 2017, 10:00AM EST. 6. SUMMARY. This is a Request for Information (RFI) only. The information provided in the RFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/RFI_EODVIC18/listing.html)
 
Record
SN04739100-W 20171115/171113231550-ddeba1120192c026725d47fdda2ae04f (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.