REQUEST FOR INFORMATION/SOURCES SOUGHT - Visual Augmentation Module: Portable Imaging Recording, Expeditionary (VAMPIRE) Requirements

expired opportunity(Expired)
From: Federal Government(Federal)
N0016419SNB49

Basic Details

started - 20 Feb, 2019 (about 5 years ago)

Start Date

20 Feb, 2019 (about 5 years ago)
due - 07 Mar, 2019 (about 5 years ago)

Due Date

07 Mar, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
N0016419SNB49

Identifier

N0016419SNB49
Department of the Navy

Customer / Agency

Department of the Navy
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.

N00164-19-S-NB49 - REQUEST FOR INFORMATION/SOURCES SOUGHT - Visual Augmentation Module: Portable Imaging Recording, Expeditionary (VAMPIRE) Requirements - FSC 5855 - NAICS 334511Issue Date: 20 Feb 2019 Closing Date: 07 Mar 2019 - 2:00PM ESTThe Naval Surface Warfare Center, Crane Division (NSWC Crane) located in Crane, Indiana on behalf of the Navy is conducting market research seeking industry inputs for Portable Handheld Multi-Spectral Imaging and Recording system development solutions. The System will be used to detect, identify, determine intent, execute responses when required, and record enemy/threats, recording all mission activities from recognition of threat through engagement resolution, immediately processing and disseminating for after action reports and any action review that is needed. The Navy requires a binocular-style, hand-held multi-spectral imaging system that allows users to detect and recognize potential threats at the maximum possible range. The high resolution
hand-held multi-spectral (visible, infrared, and fused) imaging system must be capable of recording high fidelity still and motion imagery, as well as audio recordings for later review.Built in processing should optimize the imagery presented to the user to ensure a clear stable image to the extent possible. A Laser Range Finder (LRF) should be integrated to determine range of targets. Metadata such as time, date, target bearing and range, and system geographical location should be recorded alongside imagery and audio to provide necessary context. The system should minimize Size, Weight, and Power (SWaP) while maximizing operational time. The system should operate during the day or night in a range of environmental conditions and must be durable enough to perform in the operational environment. (Environmental standards may be seen in MIL-STD-810G). The system should also allow the user to adjust system parameters such as Field of View (FOV), focus, image polarity, and the imaging sensor(s) in use. Human Factors considerations should be taken into account to ensure interfaces are easy to use with and without Personal Protective Equipment (PPE), such as gloves. Similarly, design should ensure that mechanical and electrical interfaces align with military and industry standards, as applicable.Key Performance Parameters will include at minimum:1) The ability to Detect, Recognize, and Identify (DRI) targets of interest to include human-sized targets at the maximum possible range in both daylight and nighttime conditions.2) The ability to quickly and accurately measure target range using integrated LRF.3) Compatible with commercially available batteries to minimize cost and maximize operational availability.4) Record imaging sensor data and ambient audio information that may be transferred or stored on the device.5) Provide correlating metadata to the image and audio data to provide context during after action reporting.6) System will be functional in a wide range of operational environments, including all domains (air, surface, subsurface), weather conditions, light levels, visual obscurants/obstructions (e.g. haze, smoke), and during rapid transitions between conditions.Key System Attributes include:1) The field of view of the system to maximize situation awareness.2) Image Stabilization to mitigate dynamic motion experienced on surface vessels.3) Operating time without charging or changing batteries to minimize downtime and logistics footprint.4) Recording of still imagery to support operations and after action reviews while reducing demands on system data storage or transmission.This is a Request for Information/Sources Sought (RFI/SS) notice announcement to determine the availability and technical capability of business to provide the required supplies. Additionally, this notice is being published with then intent to conduct market research and determine the availability of small business participation as either prime or subcontractors. Small businesses should indicate their small business status (see FAR Part 19) in their capability statement.Responses should include information on the capabilities of commercially available systems that meet the majority of the requirements stated above, including availability, budgetary cost estimate, and lead time of the solution as well as whether a demonstration unit can be provided to expedite the Government decision making process. All interested parties are encouraged to submit company and product literature, a white paper no longer than five (5) pages, and/or other pertinent information such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, test models or simulations used to estimate performance, a budgetary estimate of test articles, production units, production quantity breaks. Mitigate the reason why the Government should not procure this effort on a sole source basis as stated above and/or identify other Government contracts with similar efforts for the Government's consideration.Responses received may submit corporate expertise information if you would like to be considered a possible interested source. Please include the purpose/explanation of the response to the RFI/SS, i.e. to better understand the Government requirements; to potentially become a viable option for future requirements; to take exception to the anticipated sole source as your company currently meets all of the Government requirements. The Government may contact RFI/SS respondents to obtain clarification on the information submitted.Responses to the RFI/SS shall include the following:Submitter's NameStreet Address, City, State, Zip CodeBusiness SizePoint of Contact (POC)POC TelephoneAnnouncement Number: N00164-19-S-NB49Contractors must be properly registered in the System for Award Management (SAM) database. Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov.At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/SS does not constitute an Invitation for Bids (IFB), a Request for Quotations (RFQ), or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed.Respondents will not be notified of the results of this RFI/SS notice. The information obtained from submitted responses may be used in development of an acquisition strategy and future solicitation. The Government may contact RFI/SS respondents requesting additional information. When/if the Government issues an RFP, interested parties will be expected to thoroughly address the requirements thereof regardless of the circumstances surrounding this RFI/SS.DO NOT submit classified information to the email addresses below. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact the POCs below for appropriate submission information.Responses received after 07 March 2019 may not be considered in the Government's market research.All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated.Reference announcement number N00164-19-S-NB49 in the subject line of emails and in all correspondence and communications.Contracting Office Address:300 Highway 361Building 121Crane, IN 47522-5001United StatesPrimary Point of Contact: Secondary Point of Contact:Erin Calhoun Laura Armeserin.calhoun@navy.mil laura.armes@navy.milContact Information: Erin Calhoun, Email erin.calhoun@navy.mil - Laura Armes, Email laura.armes@navy.mil Office Address :300 Highway 361Building 3373 Crane IN 47522-5001 Location: NSWC Crane Division Set Aside: N/A

NSWC Crane DivisionLocation

Address: NSWC Crane Division

Country : United StatesState : Indiana

Classification

NAISC: 334511 GSA CLASS CODE: 58