SOURCES SOUGHT
58 -- RFI Day/Night Optic - RFI Stinger Day/Night Optic
- Notice Date
- 5/16/2014
- Notice Type
- Sources Sought
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment 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
- M67854-14-I-0225
- Archive Date
- 7/31/2014
- Point of Contact
- Jennifer Sellers, Phone: 7034325077
- E-Mail Address
-
jennifer.sellers@usmc.mil
(jennifer.sellers@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI Stinger Day/Night Optic See attached PDF for image of Figure 1 on page 2. Market Research Request for Information (RFI) USMC Ground Based Air Defense (GBAD) Stinger Day / Night Optic The Marine Corps is seeking information from industry on its ability to provide a new Stinger Day / Night Optic. This optic will replace the current AN/PAS-18 Night Sight that is mounted to and used in conjunction with the Stinger missile which allows the Gunner to perform target acquisition during reduced visibility. This Request for Information (RFI) describes the desired system performance requirements and planned acquisition approach for procurement of a replacement Stinger Day/Night Optic. Marine Corps Program Executive Office Land Systems (PEO LS) Program Manager Ground Based Air Defense (GBAD) is currently planning to employ a single step to full capability acquisition strategy to acquire a replacement for the 157 currently fielded AN/PAS-18 thermal imaging system, used with Stinger missiles. Information gathered from responses to this RFI may be used to further refine the system performance requirements for a future Request for Proposal (RFP). The information provided in this RFI is notional and subject to change. The Government is under no obligation to revise any aspect of this RFI should any information herein change. The Government will provide any additional information and issue any additional requests for information at its sole discretion via the FedBizOpps website. Requested Information: The program is looking for a Commercial Off-The-Shelf (COTS) or a Modified COTS solution to satisfy the requirement but will consider any Non-Developmental Item (NDI) or developmental solution. Characteristics of the proposed system shall meet or exceed the characteristics identified in Table 1. All vendors are encouraged to submit whitepaper(s) for their proposed solution(s). Submissions should include but are not limited to a description of the vendor’s technical and production capabilities; proposed solution with technical performance characteristic; system Technology Readiness Level (TRL) ; a Rough Order of Magnitude (ROM) for cost; high level developmental and/or production milestone chart; and any supporting test data. Vendors that find the characteristics non-achievable shall identify what their system is capabilities are. The desired capabilities of the replacement Stinger Day / Night Optic are delineated in Table 1 below: Table 1 - Stinger Day / Night Optic Performance Characteristics Stinger Day / Night Optic Performance Characteristics CharacteristicsCapability Field of View (FOV)- Full20o Horizontal by 12o Vertical Field of View (FOV)-Narrow6o Horizontal and 4o Vertical Fixed Focus15 Feet to Infinity ZoomOptical and/or digital zoom capability Detection RangeDetect a UAS as defined in Figure 1 at 30 km Recognition RangeRecognize a UAS as defined in Figure 1 at 20 km Identification RangeIdentify a UAS as defined in Figure 1 at 10 km Ready Time5 seconds Operating Time12 Hours at 50% Duty Cycle per battery without recharge or replacement Physical ControlsThe device controls shall be easily distinguished from each other by both sight and touch. Control ManipulationMust be capable of being operated using Marine Corps flame-resistant gloves, cold weather gear, or MOPP IV gear. Battery TypeUse batteries available within the current Marine Corps Supply System. Visual SecurityNot Visible at 5m except with augmentation Aural SecurityInaudible at 2m BoresightMaintained within ± 0.3 degrees Reticule TypeElectronic; scaled to FOV Reticule ParametersEnable the gunner to insert a lead angle (10 degrees left, 8 Degrees right) and super elevation (10 degrees) to the system Reticule BrightnessReticule is always brighter than video display Operating Temperature-32oC to +46oC Storage Temperature-46oC to +71oC Relative Humidity 20% to 100% Weight (Optic)3 lbs Weight (System)8 lbs ImmersionSubmersible at 3m for 30 min Storage (Long Term/Transportation) Hard-Side Carry Case Storage (Operational)Soft Carrying Pouch Mean Time to Repair (MTTR)less than 30 minutes Field Level Maintenance Activity Operational Availability95% Target Representation: Figure 1 represents a notional Unmanned Air System (UAS) Airframe dimensions to be used in determining the detection, recognition, and identification range capability of the vendor’s system(s). Vendors are also encouraged to provide additional information regarding the system detection, recognition, and identification ranges for notional targets sizes smaller than that depicted in Figure 1. Figure 1- UAS Airframe Dimensions Definitions: The following definitions are provided to assist in assessing a systems capability to meet requirements specified Table 1. Detection: The perception of an object of possible military interest but unconfirmed by recognition. Recognition: Is the determination that an object is similar within a category of known military objects of interest. (i.e. aircraft, helicopter, unmanned aerial system, etc.) Identification: The process of determining the friendly or hostile character of an unknown detected contact (i.e. distinguish target characteristic; such as wing, fuselage, engine placement, and tail configuration) Responses: This RFI is for informational purposes only, and does not constitute a solicitation for proposals. Pursuant to FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Vendors and interested parties are solely responsible for all costs and expenses associated with their respective response to this RFI. The Government will not reimburse vendors or interested parties for any costs associated with their respective response to this RFI, including but not limited to any cost associated with any submission or information provided to the Government. Response Format: Interested vendors that believe they are capable of providing an upgraded Stinger Night / Day Optics solution as described above are invited to express their interest by responding to this RFI with a white paper in Microsoft Office 2007 compatible format. RFI responses are limited to 30 pages including cover and administrative pages, and shall be delivered using Times New Roman 10 point font or larger. Test data or reports should be included as attachments to the whitepaper and are not included in submission page count. Please be advised that any vendor proprietary information must be marked on a page-by-page basis. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary. Additionally, interested vendors are requested to provide the following information in their RFI response: (a) company name, company address, overnight delivery address (if different from mailing address), cage code, point of contact, e-mail address, telephone number, and (b) indicate business size, (i.e., large, foreign, small disadvantaged, veteran owned, minority owned, etc) to the Government representative listed below. Additionally a Rough Order of Magnitude (ROM) unit cost is required and should include any quantity cost breaks, if applicable. Response Deadline and Submissions: Responses are requested no later than July 16, 2014 at 1600 Eastern Time. Responses shall be submitted via e-mail only to jennifer.sellers@usmc.mil. Please note that telephone replies will not be accepted. Additional Information: Respondents may be invited or may request to demonstrate their proposed solutions at a Government organized event or location; demonstration is at the Government’s sole discretion. If conducted, the demonstration will be scheduled after the RFI response deadline and Government evaluation of submitted whitepapers. Any requested demonstrations will include an opportunity for respondents to demonstrate the capability of their respective systems to fully satisfy the requirements of this RFI. Respondents that are invited to demonstrate their systems in the Government’s exercise are solely responsible for all costs and expenses associated with their respective demonstration. The Government will not reimburse respondents for any costs associated with their respective demonstrations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-14-I-0225/listing.html)
- Place of Performance
- Address: MCSC, 2200 Lester St., Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN03368805-W 20140518/140516234535-a627bdd6d4bb0fe36b578b04d7fad8f3 (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 |