NAVSEA WARFARE CENTER: SHORT RANGE HANDHELD THERMAL IMAGER

Suspense: 15 February 2021 Description:  MARKET SURVEY - REQUEST FOR INFORMATION SYNOPSIS: The Crane Division, Naval Surface Warfare Center (NSWC Crane) is seeking information for market research purposes relative to technologies for a Short Range Handheld Thermal Imager with Laser Range Finder (LRF). Request for information (RFI) is sought for systems with the following characteristics.

Category: Opportunity

DoD Communities of Interest: Sensors

Subject: SHORT RANGE HANDHELD THERMAL IMAGER

Due Date: 15 February 2021

Government Organization: DEPT OF THE NAVY / NAVSEA WARFARE CENTER

Description

MARKET SURVEY - REQUEST FOR INFORMATION SYNOPSIS: The Crane Division, Naval Surface Warfare Center (NSWC Crane) is seeking information for market research purposes relative to technologies for a Short Range Handheld Thermal Imager with Laser Range Finder (LRF). Request for information (RFI) is sought for systems with the following characteristics.

1) Thermal Sensor: Minimum 640x480 Focal Plane Array, Recognize man-sized target: > 400 meters, Objective performance to identify armed/unarmed at 400 meters.

2) Range Finder: Laser Range Finder with +/- 5 meter accuracy from 50 - 600 meters man-sized target, wavelength not visible to night vision goggles, class 1 laser.

3) Dimensions: < 8.0 inches x 6.5 inches x 3.5 inches

4) Power: L91/AA 1.5V or CR123 3V Lithium

5) Weight: < 1.3 lbs (including batteries)

6) Connectivity: Wireless ATAK interface

7) Battery Life: > 4 hours on a single set of batteries

8) Immersion: > 3 meters for 2 hours

9) Mounting: Detachable tripod mount or ¼ -20 tapped hole

At a minimum, provide the information on the following:

· System characteristics; sensor resolution, pixel pitch, display resolution, field of view, angular magnification of sight, optional lenses, optical zoom, digital zoom, diopter setting(s),

· Assumptions for thermal sensor modeling of man-sized target and conditions for LRF performance.

· LRF performance characteristics; wavelength, power, divergence, boresight at room temperature and over-temperature if known.

· Type of remote provided with the system, number, and type of batteries, other ancillary equipment, compatibility with a tripod

· Connectivity characteristics; wireless connectivity, video output, image, and video storage, storage download

· Battery Life; State at what temperature range and operational conditions battery life was tested to or is claimed valid

· Environmental testing (at what temperatures, cycles, etc.), including which performance characteristics are met over temperature

· Any completed safety or environmental testing or certifications

The Closing Date for receipt of comments on the Short Range Handheld Thermal Imager performance characteristics is 15 February 2021.

This announcement is a public invitation. Failure to participate or provide written feedback to the salient characteristics list above will not preclude abstaining vendors from bidding on possible future solicitations. This announcement is part of the full-, free-, and open- competition process, which encourages industry and academia to help shape Government specifications to match what is possible, affordable, and timely. Failure to participate in this open pre-solicitation conference or to provide written feedback may result in a future Government performance specification over which the abstaining vendors have limited influence in the acquisition process and may deprive abstaining vendors of potentially valuable direct early interaction with contracting officials and acquisition planners.

Interested parties are strongly encouraged to submit an initial synopsis (commonly referred to as “white paper”). This white paper should not exceed 30 pages written (Times New Roman, 12 font) or MS PowerPoint slides (exclusion of supporting information such as commercial literature, catalogues, manuals, etc.), with an executive summary (one page or less) on the effort, a technical description detailing how performance characteristics are met, identification of risks, current Technology Readiness Level (TRL), operational availability data, Reliability-Availability-Maintainability (RAM) data, and production readiness data. Interested sources should submit their white paper electronically or in hard copy to the Points of Contact (POCs) listed below.

NSWC Crane, 300 Highway 361

Mr. David Macak – Code JXQS – Building 3291

Crane, Indiana 47522

david.macak@navy.mil

and:

NSWC Crane, 300 Highway 361

Mr. Brad McLaughlin – Code 0231 – Building 0219

Crane, Indiana 47522

david.macak@navy.mil

Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions.

Responses to the RFI shall include the following:

Submitter's Name

Street Address, City, State, nine (9) digit Zip Code

Point of Contact (POC)

POC Telephone and

DUNS number

CAGE Code

Announcement Number: N0016421SNB21

This Request for Information (RFI) is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR). This announcement does not constitute an Invitation for Bids (IFB), a Request for Quote (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. Responses to this notice cannot be accepted as offers. The U. S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement or participate in the Industry Day. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Nothing in this announcement constitutes an obligation on the part of the U.S. Government, nor is the Government tasking any offeror to develop any technologies described herein. Any information provided is marked as proprietary information will be safeguarded to prevent disclosures to nongovernment personnel and entities. The Government may elect to visit, or host a visit, from any potential sources following the market survey. Your interest in this program is appreciated.

All interested parties should provide the requested information regarding this announcement no later than 1400 EDT on or before the closing date as specified at the beginning of this solicitation, at the Naval Surface Warfare Center, Crane Division. White papers may be submitted any time prior to expiration of this announcement. Responses received after 1400 EDT on the closing date may not be considered in the government's analyses.

The following e-mail point of contact is provided for information regarding technical programs/technologies of interest with Electro Optics supported by the NSWC Expeditionary Electro-Optics Branch (JXQS) and for submission of white papers: Mr. David Macak, Phone:(812) 381-7219, Email: david.macak@navy.mil NSWC Crane Contracting Office point of contact is Mr. Brad McLaughlin,

Phone: (812) 482-2422, Email: bradly.mclaughlin@navy.mil or Vonda Pollock at email: vonda.pollock@navy.mil.

Please refer to the announcement number in all correspondence and communication.

Contracting Office Address

WARFARE CENTER, CRANE, IN 47522-5001

Contact Information

Brad McLaughlin

Phone: 8128542422

Bradly.mclaughlin@navy.mil

Website: https://beta.sam.gov/opp/e62807eae5db41488bf8a9e50080eb3a/view