Long Range Thermal Imaging Module for Remote Weapon Systems

Agency: DEPT OF DEFENSE
State: Federal
Type of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Posted: Mar 21, 2024
Due: Mar 25, 2024
Solicitation No: W15QKN24X0ZF7
Publication URL: To access bid details, please log in.
Follow
Long Range Thermal Imaging Module for Remote Weapon Systems
Active
Contract Opportunity
Notice ID
W15QKN24X0ZF7
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-NJ
Office
W6QK ACC-PICA
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 21, 2024 01:58 pm EDT
  • Original Published Date: Feb 23, 2024 12:49 pm EST
  • Updated Response Date: Mar 25, 2024 12:00 pm EDT
  • Original Response Date: Mar 25, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 09, 2024
  • Original Inactive Date: Apr 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
Description View Changes

March 21, 2024



Q1: "digital video over compressed Gigabit Ethernet (T), Fast Ethernet (O), for high definition (HD)" -- Can you please confirm if this is not reverse on Threshold and Objective.. Gig E (1000 MBPS) has higher bandwidth compared to Fast Ethernet (100 MBPS) by 10X



A1: The Threshold and Objective labels are correct as is. Fast Ethernet is labeled as the Objective requirement because it requires more compression to achieve, than the Threshold Gigabit Ethernet requirement which requires less compression to achieve.



Q2: Could we get access to NV-IPM version 1.6 or later please.

A2: Requests for the latest NV-IPM version can be sent to nvlmodels@nvl.army.mil.



------------------------------------------------------------------------------------------------------------------------------------------------------------------------------



March 15, 2024



Q1: Could you please provide clarification regarding the maximum envelope size specified in “LR-TIM envelope rev2.step”? Specifically, we are interested in understanding the size requirements, especially regarding the intended Cool MWIR solution.



A1: The “LR-TIM envelope rev2.step” 3D model is intended to be the maximum envelope for any responses. Note this would be the maximum envelope of the entire system to include housing, lenses, etc.



Q2: Regarding the capability of the LR-TIM to identify a vehicle-sized target (3.1 by 3.1 meters) at distances of 4000 meters (T) and 5000 meters (O), it is mentioned that range performance shall be expressed in terms of 70 percent identification ranges computed by Night Vision Integrated Performance Model (NV-IPM). Could you please provide clarification on how this requirement translates to TRM4V2?



A2: The U.S. Army Night Vision Integrated Performance Model (NV-IPM) is the standard model used by our office to model range performance. The European Thermal Range Model (TRM4) is a similar model used to determine range performance, but our office doesn’t use it. Thus, we cannot answer this question. Provided the proposal is responsive to our specific requirements, we will evaluate model range performance based on the TRM4.



--------------------------------------------------------------------------------------------------------------------------------------------------------------



March 13, 2024



Q: With regard to the aforementioned RFIs, our technical team would like to perform the NVIPM modeling but are telling me that they need the definition of the V50s, which don’t seem to be in the solicitation. Could you please provide that/those?



A: LR-TIM: The identification task for these vehicle targets is defined as having a V50 of 13 cycles.



WATM: This identification task for these personnel targets is defined as having a V50 of 9 cycles.



--------------------------------------------------------------------------------------------------------------------------------------------------------------



01 March 2024



Q: Can you confirm the incumbent for the above effort? If so, could you please provide the incumbent name as well as the contract number?



A: We do not currently have an incumbent.



------------------------------------------------------------------------------------------------------------------------------------------------------------------------------



26 February 2024



Any interested parties can request the “LR-TIM envelope rev2.step” 3D Step File referenced below. Please email the POCs and a DOD Safe Drop will be sent per your request.



------------------------------------------------------------------------------------------------------------------------------------------------------------------------------



The U.S. Army Contracting Command - New Jersey on behalf of the Product Director Crew Served Weapons (PdM CSW), located at Picatinny Arsenal, NJ, is seeking information from organizations that possess a Long Range Thermal Imaging Module (LR-TIM) for use with Remote Weapon Systems (RWS). Information is being sought for thermal imaging camera systems with mature technologies that can be readily modified and integrated to meet the following criteria:




  • Previously developed item with minimal changes necessary for compatibility

  • Level of maturity shall be such that a production representative unit can be available for qualification testing within 12 months (T), 6 months (O).

  • Passive imaging, Cooled, in the mid wave infrared (MWIR) or long wave infrared (LWIR).

  • Able to fit within maximum envelope size specified in “LR-TIM envelope rev2.step”.

  • Weight no more than 7 kg (15.4 lbs).

  • Power per MIL-STD-1275

  • Environmentally ruggedized

  • Operational at temperatures of +140 degrees Fahrenheit to -50 degrees Fahrenheit.

  • The LR-TIM minimum focal-plane array (FPA) resolution in each dimension shall be 640 pixels horizontally and 480 pixels vertically (T), high definition resolution (O).

  • Shall be capable of supporting or being easily modified to allow for digital video over compressed Gigabit Ethernet (T), Fast Ethernet (O), for high definition (HD) and/or RS170 for standard definition (SD).

  • The LR-TIM shall be capable of identifying a vehicle sized target (3.1 by 3.1 meters) at 4000 meters (T), 5000 meters (O) . Range performance shall be expressed in terms of 70 percent identification ranges as computed by Night Vision Integrated Performance Model (NV-IPM) using the parameters specified in Range Performance Conditions and Definitions below.

  • ID Range degradation in obscurant and/or poor weather conditions to include light rain, fog, light snow, mist, etc. shall be no more than 50% (T) 25% (O).

  • The horizontal wide field of view (WFOV) shall be at least 10 degrees (T), 45 degrees O)in the horizontal direction.

  • 15-year procurable life

  • Mean Time Between Failures (MTBF) of 15,000 hours (O)

  • Internal auto focus capability

  • Spurious images and noise patterns shall not be discernible over the entire field of view (O).

  • Range Performance Conditions and Definitions:

    • Range performance measurements/modelling/analysis/predictions shall be those computed using the Night Vision Integrated Performance Model (NV-IPM) version 1.6 or later.

    • Range performance calculations shall assume a 10" to 17" (diagonal) display with a resolution equal to or greater than the native resolution of the camera(s).

    • The display luminance used for calculating range performance shall not exceed 20 foot-Lamberts.

    • For calculating range performance the distance from the display to the observer's eyes shall be greater than 15 cm and less than 45 cm.

    • The basic atmosphere shall be the 1976 US Standard resident in NV-IPM, with the ambient temperature equal to 300 K and the "Sky-to-Ground Ratio" set to 1.0, and the turbulence defined by a Cn2 of 1.0 EXP-15.

    • The camera gain, effected by the NV-IPM component "RSS Contrast Level" shall not exceed 0.3 (30%).

    • All range performance requirements shall be met without the aid of frame integration and/or averaging.

    • NV-IPM range shall be executed in the default mode where the target angle presented to the eye (alpha) is varying with range.





Potential sources are requested to submit, at a minimum, the following information. Responses should be limited to no more than 20 pages, with the only exceptions stated below. Information papers can be submitted in a white paper format.

Thermal Imaging System Description: Provide the description of the thermal imaging system, including system growth potential.



Characteristics:




  • Focal Plane Array technology (Cooled, MWIR or LWIR), size, pixel count, and architecture

  • Optical telescope description

  • Dimensions or 3D step model (preferred) of camera envelope (model file is outside of 20 page limit)

  • Weight of system

  • Power characteristics (voltage level, steady state power draw, transient power draw, etc.)

  • Power-up time for entire temperature range (+140 degrees Fahrenheit to -50 degrees Fahrenheit)

  • Input files for NV-IPM to support range performance (input file is outside of 20 page limit)

  • Identification Ranges at both Narrow FOV and Wide FOV, and Medium/intermediate fields of view, if applicable

  • Characterize and/or describe performance degradation in poor weather and/or obscurant penetration

  • Fields of view sizes (horizontal and vertical) in degrees, and description of magnification steps/levels, discrete vs. continuous zoom, optical vs. electronic, single vs. multiple cameras

  • Video output details including format, resolution(s), and frame rate

  • System Latency from glass to camera output at the external connector

  • Auto focus time for accurate and repeatable focus

  • Mean Time Between Failures (MTBF)

  • Description of any spurious images and noise patterns, if present

  • Communications protocol

  • Discussion of any special features or modes available, if applicable (ex. image enhancement, stabilization, synchronization, shutter type, etc.)

  • Environmental details

  • Engineering and Qualification test results, if available (outside of 20 page limit)

  • Summary on status of product and maturity level



Delivery Schedule:




  • Earliest Availability of Production Representative LR-TIM

  • Monthly production capacity

  • Delivery lead time



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 system



Cost:




  • LR-TIM Non-Recurring Cost for minimal compatibility changes

  • LR-TIM Unit Production Cost based on quantity of systems:

    • 1-4

    • 5-49

    • 50-199

    • 200- above





Risks:




  • LR-TIM Risk

  • Integration Risk



Other:




  • Export Restrictions, if applicable





Vendor 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 Name

2. Company Address / Country Represented / Website

3. Company point of contact and phone number

4. 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 comments



All 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 Jersey

ATTN: Angelica Merino- ACC-NJ-SL

Building 9, Phipps Road

Picatinny Arsenal, NJ 07806-5000

Email: angelica.m.merino.civ@army.mil



The point of contact is Angelica Merino at angelica.m.merino.civ@army.mil or Stacey Conner at stacey.r.conner.civ@army.mil. TELEPHONE RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email to the above.



This is a request for information 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 9 Phipps RD, Picatinny Arsenal, NJ 07806-5000


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Apr 9, 2024[Special Notice (Updated)] Long Range Thermal Imaging Module for Remote Weapon Systems
Apr 11, 2024[Special Notice (Updated)] Long Range Thermal Imaging Module for Remote Weapon Systems
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Follow VIDEO CARD,AIRCRAFT Active Contract Opportunity Notice ID N0038324QA190 Related Notice...

DEPT OF DEFENSE

Bid Due: 5/16/2024

...Follow Digital Video Surveillance System Active Contract Opportunity Notice ID N6449824R4018... for the ...

DEPT OF DEFENSE

Bid Due: 5/01/2024

...Follow 6515--4k VIDEO TOWER SYSTEMS Active Contract Opportunity Notice ID 36C25624Q0720 Related...: Description ...

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/02/2024

...Follow 16--DIG VIDEO PROC ASSY, IN REPAIR/MODIFICATION OF Active Contract Opportunity Notice ID... ...

DEPT OF DEFENSE

Bid Due: 5/06/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.