Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2018 FBO #5896
SOURCES SOUGHT

58 -- MX Sensors Non-Commercial Production and Services

Notice Date
1/12/2018
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-18-R-0013
 
Archive Date
2/15/2018
 
Point of Contact
Bill Claybrook, , Joseph Maheady,
 
E-Mail Address
william.d.claybrook.civ@mail.mil, joseph.t.maheady.civ@mail.mil
(william.d.claybrook.civ@mail.mil, joseph.t.maheady.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Product Manager Electro-Optic Infrared Payloads (PdM EO/IR) Non-Commercial/Non-Developmental Item (NDI) Request for Information (RFI) This Request for Information (RFI) is a follow-up to Base Notice: Product Manager Electro Optic Infrared Payloads Request for Information - W56KGY-17-R-SENS posted on 23 February 2017. This RFI is for planning purposes in FY19-FY24 only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. All business types can respond to this RFI. 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. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. 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 Army in developing its acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s), may use the information provided. 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 pay for the information submitted in response to this RFI. Product Manager Electro-Optic/Infrared (PdM EO/IR) is conducting market research to determine potential vendors in the market place for sustainment support to the suite of Non-Developmental Item (NDI) EO/IR Sensors, specifically those provided with laser designators by L-3 Wescam and known as the MX series of sensor systems (e.g., MX-8D, MX-10D, MX-15DiD, MX-20D and MX-25D) that have been previously integrated, qualified and tested on distinct Army platforms currently fielded and in support of units operating worldwide. Potential new procurement and sustainment support are intended for the MX-8, MX-15, MX-20, and MX-25 line of sensors. Sustainment support is intended for all the NDI MX sensors with laser designators that are currently within the Government fleet of manned and unmanned systems currently supporting the Warfighter in Contiguous United States (CONUS) and outside the Contiguous United States (OCONUS) operations. PdM EO/IR Payloads is also conducting market research to determine potential vendors in the market place for modernization of the U.S. Army EO/IR fleet through MX upgrades or alternative payloads. The Government does not currently have the rights to the technical data required to support the MX Sensor Systems. This effort will include procurement of NDI MX sensors with laser designators to support Operational Need Statement (ONS) requests and sustainment support to these existing NDI MX Sensors with laser designators in the Army's inventory. Specifically the support includes delivery of replacement sensor systems to replace battle damaged units (MX-8D, MX-15D, MX-20D and MX-25D sensors), upgrade/modification to address obsolescence and sustainment/fielding support to include repair parts, maintenance, special test equipment, field service representatives (FSRs) in both CONUS and OCONUS locations, and Training for MX-8D, MX-10D, MX-15DiD, MX-20D and MX-25D sensors. The period of performance (PoP) for this effort is estimated to be the FY19-FY24 timeframe. The Government is interested in approaches, facilities, resources, contractual relationships and other capabilities that may contribute to improved value to the Government (cost, schedule, and performance) in the sustainment of these existing NDI MX Sensors with laser designator (MX-8D, MX-10D, MX-15DiD, MX-20D and MX-25D). The Government is also interested in other vendors who can provide alternative solutions that may contribute to improved value to the Government using alternative payloads. Those vendors that can support the MX line of sensors please fill out "PART I" of the questionnaire of this RFI. Those vendors who have alternative capabilities please fill out "PART II" of this RFI questionnaire. Those vendors that can support the MX line of sensors and also have alternative capabilities, please fill out both "PART I" and "PART II". Vendors that respond to this RFI shall provide evidence that they can meet the following objectives related to production, modification, maintenance and sustainment support for the MX series of sensor systems. A. Sustainment and new procurement of very small size EO/IR sensor (MX-8D) for tactical aerostat systems that meet the following performance objectives: Precision stabilized gimbal with integrated inertial measurement unit (IMU) and auto video tracker (AVT). Integrated electronics unit, high-definition (HD) digital and analog video output. Multi Sensor Payload: 1. Thermal imager, medium-wave infrared (MWIR), step or continuous zoom 2. HD color complimentary metal-oxide semiconductor (CMOS) imager, continuous zoom 3. Lowlight imager, employing electrical electron multiplying charge coupled device (EMCCD) technology, dual channel with HD color imager 4. Combined laser illuminator / range finder (CLIR) 5. MX-8D only Miniature Laser Designator (MLD) 6. Turret paint color: military grey (FED-STD-595C, Color Code 36375) 7. Weight ≤ 15 pounds (lbs.) 8. Power ≤ 32 volts direct current (VDC), 65 Watts (W) (average), ≤ 180 W (max) 9. Diameter ≤ 9 inches B. Sustainment only of small Size EO/IR sensor (MX-10D) for tactical unmanned aerial systems (TUAS) that meet the following performance objectives: Precision stabilized gimbal with integrated inertial measurement unit (IMU) and auto video tracker (AVT). Integrated electronics unit, high-definition (HD) digital and analog video output. Multi Sensor Payload: 1. Thermal imager, medium-wave infrared (MWIR), step or continuous zoom 2. HD color complimentary metal-oxide semiconductor (CMOS) imager, continuous zoom 3. Lowlight imager, employing electrical electron multiplying charge coupled device (EMCCD) technology, dual channel with HD color imager 4. Combined laser illuminator / range finder (CLIR) 5. MX-10D only MLD (Miniature Laser Designator) 6. Turret paint color: military grey (FED-STD-595C, Color Code 36375) 7. Weight ≤ 50 pounds (lbs.) 8. Power ≤ 30 volts direct current (VDC), 4 amps (A) (average), ≤ 22A @ 2 milliseconds (mS) (peak) 9. Diameter ≤ 11 inches C. Sustainment and new procurement of mid-size EO/IR sensor (MX-15DiD) for manned rotary and fixed-wing Intelligence, Surveillance and Reconnaissance (ISR) platforms that meet the following performance objectives: Precision stabilized gimbal with IMU inside and AVT. Multi Sensor Payload - Heat Exchanger (i.e. subsystem used to cool the system during operational use): 1. Thermal imager MWIR with step or continuous zoom 2. Daylight zoom TV, color CMOS HD sensor, continuous zoom lens 3. Day/Night spotter, dual day/night cameras behind spotter lens, CMOS 4. Lowlight TV, EMCCD 5. Laser range finder, eye safe 6. Laser illuminator, narrow 7. MX-15DiD only dual wavelength laser designator and range finder 8. Turret paint color: military grey (FED-STD-595C, Color Code 36375) 9. Weight ≤ 100 lbs. 10. Power ≤ 30 VDC, 10A (average), ≤ 33A @350mS (peak) 11. Diameter ≤ 16 inches D. Sustainment and new procurement of large-size EO/IR sensor (MX-20D) for aerostats and manned ISR fixed-wing platforms that meet the following performance objectives: Precision Stabilized gimbal with IMU and AVT. Multi Sensor Payload - Heat Exchanger 1. High Definition Infrared (HDIR), thermal imager step or continuous zoom 2. Daylight continuous zoom TV -daylight TV 3. Day/Night spotter, dual day/night cameras behind spotter lens, True HD-daylight TV, CMOS HD sensor 4. Lowlight TV, EMCCD 5. Laser Range Finder, eye safe 6. Laser Illuminator, narrow 7. MX-20D dual wavelength laser designator and range finder 8. Turret paint color: military grey (FED-STD-595C, Color Code 36375) 9. Weight: Turret ≤ 200 lbs., Digital Master Control Unit (DMCU) ≤ 20lbs. 10. Power ≤ 30Vdc, 320W(average), ≤ 1000W for 5 seconds (peak) 11. Diameter ≤ 22 inches E. Sustainment and new procurement of very large-size EO/IR sensor (MX-25D) for aerostats that meet the following performance objectives: Precision Stabilized gimbal with IMU and AVT. Multi Sensor Payload - with Heat Exchanger 1. HDIR, thermal imager step or continuous zoom 2. Daylight continuous zoom TV, daylight TV, CMOS HD 3. Daylight and Short-wave Infrared (SWIR) with daylight TV, CMOS HD sensor, spotter lens, dual channel type 4. SWIR sensor 5. Laser illuminator, narrow 6. MX-25D ONLY dual wavelength laser designator and range finder 7. Turret paint color: military grey (FED-STD-595C, Color Code 36375) 8. Weight: Turret ≤ 260 lbs., DMCU ≤ 20 lbs. 9. Power: a. Turret ≤ 30Vdc, 500W (average), ≤ 1100W for 5 seconds (peak) b. DMCU ≤ 30Vdc, 2.0A (average), ≤ 3A (peak) 10. Diameter ≤ 26 inches F. Upgrade/Modification to MX series of sensor systems (MX-8, previously purchased MX-10 systems only, MX-15, MX-20 and MX-25) that meet the following objectives: The contractor shall modify each class of NDI MX Sensors with laser designator (MX-8D, previously purchased MX-10D systems only, MX-15D, M-20D, and MX-25D) to address obsolescence and or capability improvements. These upgrades/modifications can be made to software and hardware of existing systems; however, the Government desires they be made without significant changes to the current size, weight and power of the existing sensors. The Government is also interested in the industry's ability to provide alternative EO/IR systems and or approaches to meet the upgrade/modification objectives. These upgrade/modifications may include the following: 1. Advanced Video Tracker: Enhanced target auto tracker function that can acquire and lock onto multiple man and vehicle sized targets. 2. Embedded Moving Target Indicator (MTI): An MTI tracking mode embedded into the systems that provides acquisition of multiple man and vehicle sized targets and provides moving tracks of the target. 3. Low Cost Miniaturized HD Shortwave Infrared (SWIR) Imagers: Reduce Size, Weight, and Power + Cost (SWaP+C) high sensitivity uncooled SWIR imagers for systems. SWIR imagers provide day/night imaging capability, through obscurants and laser spotting capability to solider systems. 4. Dual-Band Infrared Focal Plane Arrays: Affordable production-ready, high yield, dual-band MW/LW III-V IRFPAs for Improved Forward Looking Infrared B-kit with improved performance 5. Automated Geo-registration/Metric Sensing: Design or leverage a software/firmware-based geo-registration tool capable of automatically geo-referencing aerial images in all spectral bands. The software should perform the following: a. Automatic orthorectification/geo-registration of motion imagery and still images. b. Pixel-level geo-registration accuracy. c. Real or near real time post-processing. d. Automatic geo-registration: Feature-based and direct methods. 6. Military Specification Global Positioning Systems (GPS): Secure anti-jamming and anti-spoofing GPS receivers as in addition to providing precision location it plays a crucial role in the success of military operations by providing precise time and frequency to communication systems. 7. Turbulence Mitigation: Turbulence mitigation reduces heat distortion effects (primarily seen in long-range EO video). 8. Picture in Picture (PIP): PIP allows user to simultaneously, within a single user interface, view multiple sensor (EO or IR) outputs. All modifications require production testing performed by the contractor to verify performance. G. Maintenance and support of MX-8D, MX-10D, MX-15D, MX-20D and MX-25D sensors that meet the following objectives: Depot level capabilities must include depot level and lower levels of diagnosis, repair, and functional/conformance testing that can address part failures during normal utilization of the sensors as well as non-standard repairs such as damage during shipment, crashes, aircraft hard landings or battle damage. Support capabilities must be tailorable to a range of systems' Operational Availability (Ao) levels that meet the threshold of 95%. Approaches must also address the ability to support an expanding fleet of MX sensors, with multiple sensor or platform configurations, in locations around the world. Depot level capabilities must include an overview of the vendor's ability to facilitate an organic depot capability through a public/private partnership (P3). This will include necessary data, training, materials, and equipment required to implement a depot-level repair program at a U.S. Department of Defense (DOD) organic depot to support a peacetime workload scenario. Data Item Description (DID) DI-ILSS-80739 may be used to determine the requirement for this response. Vendor Response Requirements: I. "PART I" MX Sensor Support All material submitted in response to this RFI must be unclassified. A fifteen (15) page response limitation is recommended. Responses are due thirty (30) calendar days from date of posting of this RFI. Interested parties possessing the capacity to deliver and sustain sensor system(s) that meet all performance capabilities outlined above are requested to provide a response in electronic format (Microsoft Office 2007 or higher Suite format) describing the approach to meet the objectives established above and should address the following items (Note: The Government will accept responses from companies that can partially meet the performance capabilities, have a working agreement with L-3 Wescam, and/or have prior experience working with NDI MX systems with laser designator.) Information received in response to an RFI shall be safeguarded adequately from unauthorized disclosure. Interested parties should differentiate between which capabilities they can and cannot meet): 1. Company Name, Contact Name, Position, Telephone, E-mail, Cage Code, Company URL 2. Capabilities to produce systems with a low risk approach to meeting the performance objectives outlined above. The "Department of Defense Risk, Issue, and Opportunity Management Guide for Defense Acquisition Programs" dated June 2015 can be used for reference. Include lead-time to first unit delivery and maximum production rate per month. Include information about the current level of environmental qualification and electromagnetic interference testing of the system being described 3. Outline of supply chain considerations with emphasis on any known long lead items that may adversely impact sensor repairs in a deployed environment and strategies to overcome potential parts obsolescence problems. 4. Technical management approach including product and component designs, configuration management, and platform integration support provided, engineering change proposals, test data and integration between sensors and platforms. 5. Rough order of magnitude (ROM) price estimates for each system that meets the performance objectives listed in A through G above, repair services (at each level), and spare components. Spare part components will be for an estimated quantity of forty-one (41) MX-15D, seventeen (17) MX-20D and sixty-two (62) MX-25 systems. 6. Past and current relevant performance information. 7. The availability of the MX sensor technical data package that would be used by the Government to produce and sustain the system(s). MIL-STD-31000A dated 26 February 2013 can be used for reference. 8. Confirmation that your company has the technical data package for the MX sensor systems or an equivalent EO/IR payload and if the technical data package is available for sale to the US Government. 9. The response should also address intermediate level repairs, depot level repairs, repair facility capacity and locations, repair turn-around times (RTAT) for standard, non-standard, and planned maintenance and Mean Time between Failures (MTBF), the strategy for transportation, bench-stock, special tools and test equipment. RTAT for a basic intermediate repair will average fourteen (14) days or less. RTAT for a standard depot level repair will average thirty (30) days or less. II. "PART II" Alternative Sensor Solution Support All material submitted in response to this RFI must be unclassified. A fifteen (15) page response limitation is recommended. Responses are due thirty (30) calendar days from date of posting of this RFI. Information received in response to an RFI shall be safeguarded adequately from unauthorized disclosure. Interested parties possessing the capacity to deliver and sustain sensor system(s) that provide comparable performance capabilities to those outlined above are requested to provide a response in electronic format (Microsoft Office 2007 or higher Suite 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, Cage Code, Company URL 2. Capabilities to produce systems with a low risk approach to providing comparable performance capabilities outlined above. The "Department of Defense Risk, Issue, and Opportunity Management Guide for Defense Acquisition Programs" dated June 2015 can be used for reference. Include lead-time to first unit delivery and maximum production rate per month. Include information about the current level of environmental qualification and electromagnetic interference testing of the system being described 3. Outline of supply chain considerations with emphasis on any known long lead items that may adversely impact sensor repairs in a deployed environment and strategies to overcome potential parts obsolescence problems. 4. Technical management approach including product and component designs, configuration management, and platform integration support provided, engineering change proposals, test data and integration between sensors and platforms. 5. Rough order of magnitude (ROM) price estimates for each system that provide comparable performance objectives listed in A through E above, repair services (at each level), and spare components. 6. Identification on whether or not the sensors and/or the services you are proposing to meet the requirement are commercial in accordance with the commercial item/services definitions in FAR 2.101.Corporate capabilities ( i.e., available facilities and assets to include existing production and repair facilities, quality management programs, manufacturing process controls and configuration management control systems). 7. Past and current relevant performance information. 8. The availability of your alternative solution sensor technical data package that would be used by the Government to produce and sustain the system(s). MIL-STD-31000A dated 26 February 2013 can be used for reference. 9. Confirmation that your company has the technical data package for the EO/IR payload and if the technical data package is available for sale to the US Government. 10. The response should also address intermediate level repairs, depot level repairs, repair facility capacity and locations, repair turn-around times (RTAT) for standard, non-standard, and planned maintenance and Mean Time between Failures (MTBF), the strategy for transportation, bench-stock, special tools and test equipment. RTAT for a basic intermediate repair will average fourteen (14) days or less. RTAT for a standard depot level repair will average thirty (30) days or less. H. Response Points of Contact Send ALL responses to this RFI via email to: POC: Mr. Joseph Maheady @ joseph.t.maheady.civ@mail.mil POC: Mr. Bill Claybrook @ william.d.claybrook.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a53001d773b8486b0280158d10634af)
 
Place of Performance
Address: 6006 Combat Dr., Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04789284-W 20180114/180112231046-9a53001d773b8486b0280158d10634af (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.