Sensors for Remote Weapon Systems

expired opportunity(Expired)
From: Federal Government(Federal)
W15QKN-18-X-01IH

Basic Details

started - 12 Feb, 2018 (about 6 years ago)

Start Date

12 Feb, 2018 (about 6 years ago)
due - 15 Mar, 2018 (about 6 years ago)

Due Date

15 Mar, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
W15QKN-18-X-01IH

Identifier

W15QKN-18-X-01IH
Department of the Army

Customer / Agency

DEPT OF DEFENSE (698500)DEPT OF THE ARMY (131660)AMC (72091)ACC (74428)ACC-CTRS (32603)ACC-NJ (4337)W6QK ACC-PICA (4326)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for InformationSensors for Remote Weapon SystemsThis Sources Sought Notice is a Request for Information (RFI) ONLY and should not be construed as a Request for Proposal (RFP) or a commitment by the U.S. Government. The U.S. Army Contracting Command - New Jersey on behalf of the Project Manager Crew Served Weapons (PM CSW), located at Picatinny Arsenal, NJ, is seeking information from organizations that possess any suitable Sensors for use with Remote Weapon Systems (RWS), such as M153 Common Remotely Operated Weapon Station (CROWS). The sensors would be used as replacements or in addition to current sensors to achieve alternate mission capabilities. Information is being sought for already developed, ruggedized/militarized sensors that are currently available to be integrated and can meet the following criteria:• Sensors capable of detecting and identifying targets (vehicle sized, man sized, unmanned aerial systems, etc.)     o Various wavelengths        - Daylight conditions
(visible, etc.)        - Night conditions (low light, image intensifier, near infrared, SWIR, MWIR, LWIR, FIR, etc.)     o Combination detectors, sensor fusion, etc.     o Passive (preferred) or active (e.g. radars, lidars, etc.)     o Threat detection (e.g. enemy optics, optical shot detection, enemy patterns, target recognition, etc.)     o Novel technologies useful for target acquisition     o Far target identification and/or situational awareness (e.g. wide field of view, 360 degree cameras, etc.)     o Range Performance       - For far target identification (vehicle targets): identify with 70% confidence the target at a minimum of 3,600 meters, and preferably identify the target at approaching or exceeding 6,700 meters.      - For far target identification (man sized targets): identify with 70% confidence the target at preferably near or exceeding 2,200 meters.      - For far target identification (unmanned aerial system targets): identify with 70% confidence the target at preferably near or exceeding 1,000 meters, for an estimated unmanned aerial system size of 1 meter by 1 meter.      - For situational awareness: the sensor provides resolution that is sufficient for tactically effective situation awareness.• Sensors for improved ballistic compensation (e.g. meteorological sensing, downrange wind sensing, etc.)     o Must be able to communicate with external systems.• Preferred communications and video formats include:     o Ethernet (e.g. Fast Ethernet, Gigabit Ethernet, Compressed Video over Ethernet)     o Analog composite video (CVBS)     o Digital Inputs/Outputs     o RS-232     o RS-422     o Up to a resolution of 1600 pixels horizontally and 1200 pixels vertically or equivalent (1920x1080 pixels)• Power requirements     o 3-12V or 28V DC available• Low level of latency     o < 40 ms (includes all processing and compression, if necessary)• Optical stabilization (preferred). It is preferred that the system has a means to prevent degradation of range performance due to platform jitter.• Synchronization capable (preferred). It is preferred that the sensor be capable of outputting and accepting an external sync timing trigger to synchronize the frame capture, if applicable.• Global shutter (preferred). It is preferred that a global shutter shall be used instead of a rolling shutter to avoid producing image motion blur effects, if applicable.• Physical Characteristics by anticipated mounting location     o Location 1 (anticipated for daylight sensor)       - Estimated envelope size available: 145 (W) x 195 (H) x 280 (D) mm       - Weight: < 4 kg     o Location 2 (anticipated for night sensor)       - Estimated envelope size available: 180 (W) x 160 (H) x 350 (D) mm                  • Can grow to 220 (W) x 215 (H) mm for front 105 mm (of 350 mm)       - Weight: < 7 kg     o Location 3 (anticipated for other ancillary sensors)       - Estimated envelope sizes available: 60 (W) x 60 (H) x 200 (D) mm or 80 (W) x 200 (H) x 80 (D) mm       - Weight: < 1.5 kg     o Location 4 (anticipated only for oversized high performance sensors)       - Weight: < 34 kg• Ruggedized for use in military environmental conditions     o Operating temperature: -50 degrees Fahrenheit to 140 degrees FahrenheitPotential sources are requested to submit, at a minimum, the following information. Responses should be limited to no more than 10 pages. Information papers can be submitted in a white paper format and include product technical specification datasheet.Sensor Description:Provide the description of the Sensor.Characteristics:• Type of sensor (daylight, night, combination, specific threat detection, ballistic compensation, etc.)• Intended use (far target identification, situational awareness, optical shot detection, etc.)• Specify target(s) if only a particular type (vehicle sized, man sized, unmanned aerial systems, etc.)• Description of technology used• Wavelengths• Passive vs active• Communications information• Video format, if applicable     o Video resolution (horizontal pixels by vertical pixels)     o Refresh rate• Field of view     o Maximum field of view     o Minimum field of view• Zoom     o If zoom capable, specify continuous zoom or discrete zoom levels     o Zoom speed• Focus     o Focus range     o Focus speed     o Whether includes automatic focus capability• Range performance     o Specify target type and size     o Specify field of view     o Modeling results for 70% probability of identification     o Method, parameters, and calculation used to predict range performance Night Vision Integrated Performance Model (NV-IPM) preferred• Latency• Whether includes optical stabilization, synchronization capability, shutter type, (all if applicable)• Power requirements     o Input voltage     o Power draw (steady state, peak transient, startup, etc.)     o Include whether MIL-STD-1275E compliant• Dimensions or space claim• Mechanical mounting interface details• Weight• Electrical connector type: military standard versus commercial standard• Reliability• Environmental specifications     o Operating temperatures     o Storage temperatures     o Vibration     o Submergence     o Thermal shock     o Drop test     o Altitude     o Sand/dust     o Electromagnetic compatibility     o Etc.Prior Military Sales for stated product, if applicable:• Program name(s)• US military or foreign military (specify country or countries)• US Government Contract number(s)• US Government Point of Contact (Name, Email, Phone, Organization)• Quantities sold to the Military• Description: Standalone or as part of larger systemDelivery Schedule:• Expected availability forecast• Delivery time from date of purchaseCost:• Unit Production Cost     o Average cost for quantity of 1-25 systems     o Average cost for quantity of 26-100 systems     o Average cost for quantity of 101-200 systems     o Average cost for quantity of 201 or more systemsIssues/Risks:• Known issues or risks with sensorOther:• Export Restrictions, if applicableVendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items:1. Company Name2. Company Address / Country Represented / Website3. Company point of contact and phone number4. Business Size (Small/Large & Number of Employees) CAGE Code / DUNS Number.5. The North American Industry Classification System (NAICS) codes for this effort are 333314.6. Commerciality:     a. ( ) Our product as described above, has been sold, leased or licensed to the general public     b. ( ) Our product as described above, has been sold in substantial quantities, on a competitive basis, to multiple state and local governments. The development of the product was done exclusively at private expense     c. ( ) None of the above applies. Explain.7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location).8. Major partners or suppliers.9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required).10. Provide minimum and maximum monthly production rates of past production of same or similar items.11. Please provide any additional commentsAll responsible, interested offerors are encouraged to submit their capabilities/qualification data and any pertinent information in hard copy or via email, within 30 calendar days to:US Army Contracting Command - New JerseyATTN: Jocelyn Fulljames- ACC-NJ-SWBuilding 9, Phipps RoadPicatinny Arsenal, NJ 07806-5000Email: jocelyn.m.fulljames.civ@mail.milThe point of contact is Jocelyn Fulljames at jocelyn.m.fulljames.civ@mail.mil or James Marks at james.d.marks15.civ@mail.mil. TELEPHONE RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email to jocelyn.m.fulljames.civ@mail.mil orjames.d.marks15.civ@mail.mil.This is a sources sought notice only and should not be construed as a Request for Proposal or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided. Respondents will not be notified of the results of this survey or results of information submitted. Any information provided will not be returned.Contracting Office Address:ACC - New Jersey, Center for Contracting and Commerce, Building 10 PhippsRD, Picatinny Arsenal, NJ 07806-5000Place of Performance:ACC - New Jersey Building 9, Phipps Road Picatinny Arsenal NJ07806-5000US 

BUILDING 10 PHIPPS RD PICATINNY ARSENAL , New Jersey 07806-5000 United StatesLocation

Place Of Performance : BUILDING 10 PHIPPS RD PICATINNY ARSENAL , New Jersey 07806-5000 United States

Country : United StatesState : New Jersey

Classification

333 -- Machinery Manufacturing/333314 -- Optical Instrument and Lens Manufacturing
naicsCode 333314
pscCode 12Fire Control Transmitting and Receiving Equipment, except Airborne