Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7,1997 PSA#1968

Department of the Navy, Naval Sea Systems Command, 2531 Jefferson Davis Highway, Arlington, VA 22242-5160

58 -- THERMAL IMAGING SENSOR SYSTEM SOL N00024-96-C-5406 POC Contract Specialist, Ms. Kelly L. Sherman (SEA 0254K) 703/602-8000 x567 / Contracting Officer, Mr. Thomas A. Duval (SEA 02544) 703/602-8000 x594 The Naval Sea Systems Command is planning a competitive procurement for a stabilized Thermal Imaging Sensor System (TISS) similar to the Navy's AN/SAY-1. The AN/SAY-1 is a lightweight, state-of-the-art sensor suite (consisting of a thermal imaging (infrared) sensor, two television sensors and an eye-safe laser rangefinder), remote support electronics and an operator console. The Navy has a contract (N00024-96-C-5406) to procure up to 24 AN/SAY-1 units. Additional TISS systems are required. The additional systems will be permanently installed in major combatants. The Navy intends to competitively award this follow-on contract in FY99. A streamlined and innovative competitive procurement method will be utilized to accelerate the process. This will include a demonstration of a production representative system as the major part of the technical proposal. The written portion of the technical proposal is expected to be limited to system performance characteristics and predictions and a vendor-generated Statement of Work. The demonstration system can be either a company asset or a fielded system so long as it was built on an on-going production line. The competition strategy will address these challenges: (1) preserve configuration to the greatest extent possible, and (2) minimize the overall Navy life-cycle cost. The TISS to be procured will be an off-the-shelf non-developmental item (NDI) shipboard system. This will allow the Navy to base much of their technical evaluation on the demonstration of production-equivalent equipment (substitutions for sensors or other system elements will not be acceptable for this procurement) to minimize program qualification time and cost. During a Demonstration and Evaluation period, the offeror shall demonstrate the operability of the proposed system to Government evaluators. It is expected that the demonstration will duplicate a functional qualification test or first article test. The system under evaluation will be exercised to demonstrate its imaging capability, ranging capability, tracking functions, and maintainability characteristics. This demonstration can be conducted at a site convenient to the offeror so long as adequate number of Government personnel can observe. The selected system will be required to meet current Navy ship alteration (SHIPALT) requirements for the AN/SAY-1 (e.g., above decks weight and maintenance space, overall volume, power, and cooling requirements). Another evaluation criteria will be the impact to the Navy in terms of life cycle cost. To minimize the total Navy life cycle cost, the evaluation will consider the total life cycle support requirements for the AN/SAY-1 TISS and the new TISS units under this procurement. In addition to these procurement innovations, the Navy is interested in contracting for Technical Direction Agent (TDA), In-Service Engineering Activity (ISEA) and depot support for the procured systems. It is envisioned that ISEA support will last through the period of equipment delivery with the possibility of a follow-on sole-source contract for continued ISEA support through the life of the equipment. The tentative schedule for this procurement is as follows: Event Date Release Draft RFP 12/01/97 Release CBD Synopsis 1/9/98 Release Final RFP 1/30/98 Proposal Receipt 3/27/98 Complete Demonstrations and Evaluations 7/17/98 Award Contract 10/1/98 The Navy plans to issue a Statement of Objectives and a list of Critical Operational Requirements in the RFP. Respondents to the RFP will be required to propose a Statement of Work and provide Evidence of Compliance in lieu of CDRLs. The Statement of Work will be expected to include TDA and ISEA tasks. A production-equivalent system must be ready for evaluation when the proposal is delivered. Respondents to this Sources Sought announcement should provide, as a minimum, the following data: system name/nomenclature, stabilization characteristics in microradians, total system and above-decks equipment weight, system field-of-regard in degrees, sensor fields-of-view in degrees,sensor bandwidths, thermal imager detector type with number of elements and material, TV sensitivity in lux, laser wavelength, laser pulse repetition rate and duty cycle, autotracker characteristics, and a description of the environmental qualifications. The response to this announcement should indicate technical and contractual points of contact, the size of the business, and whether the responder is a dealer of manufacturer of the item. This request for information in no way implies either implicitly or explicitly that the Government will compensate respondents for information or materials provided. All information provided becomes U.S. Navy property and will not be returned. All proprietary or classified information will be treated appropriately. Nor does this request for information imply either implicitly or explicitly that the Government will award a contract. Please submit any applicable literature, drawings, brochures, videotapes, or related materials on or before 19 November 1997 to the attention of Mr. Thomas A. Duval (SEA 02544) at 2531 Jefferson Davis Highway, Arlington, VA 22242-5160. Classified material and/or questions on classified material should be submitted to the attention of Mr. Thomas A. Duval in accordance with DoD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM). Any resulting contractor may be required to possess a SECRET facility clearance, and a SECRET storage capability or be eligible for a clearance. (0309)

Loren Data Corp. http://www.ld.com (SYN# 0203 19971107\58-0006.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page