High-Definition Electro-Optical Infrared (EO/IR) Sensor System
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: May 25, 2023 10:55 am EDT
- Original Published Date: May 18, 2023 06:49 am EDT
- Updated Response Date: May 29, 2023 02:00 pm EDT
- Original Response Date: May 29, 2023 02:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Place of Performance:
Description
This is a sources sought synopsis only, not a solicitation announcement and is issued solely for informational and planning purposes from interested vendors. This posting is not a Request for Proposals (RFP) or a Request for Quotations (RFQ), and it is not considered to be a commitment by the Government to award a contract nor is the Government responsible for any costs incurred in furnishing information provided under this sources sought. No basis for claim against the Government shall arise as a result from a response to this sources sought or Government use of an information provided. Further, the United States Coast Guard (USCG) is not at this time seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this sources sought. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market. At this time no solicitation exists; therefore, do Not Request a Copy of the Solicitation. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
The USCG Aviation Logistics Center (ALC) is conducting market research seeking a service life extension program to modernize the existing Rotary Wing Electro-Optical/Infrared (EO/IR) Sensor System currently on MH-60 and MH-65 platforms. The USCG’s current Forward Looking Infrared (FLIR) Talon system is a 10 inch mounted turret that provides a gyro-stabilized platform that houses a color camera, low light camera, and an infrared camera that has a 360-degree field of regard. The system houses a Class 1 laser range finder and a Class 4 laser illuminator. The USCG helicopter fleet is seeking to modernize the capabilities of the existing EO/IR system with HD cameras and recorder outputs. The USCG is seeking an EO/IR life cycle extension with minimal impact/change to the aircraft. This is not seeking the purchase of a new system. All upgrades must interface with Rockwell Collins, Common Avionics Architecture System (CAAS).
Requirements:
- Total system weight is no more than 64 lbs. including turret, mission computer unit (MCU), joystick controller unit (JCU), display unit (DU) and cables.
- 1080I EO/IR low light and IR sensors for improved performance.
- Display position of target, mission time data, air speed, altitude, and target position.
- Target position data is accurate within 60 meters.
- Houses a class I laser range finder.
- Houses a class III or IV laser illuminator that operates in the range of 830 nautical miles (nm).
- Provides three (2) high definition (HD) SEMPTI-292 video outputs and allow at least one (1) audio input.
- Gyro stabilized.
- On board computing capability to host additional software applications for automatic target detection and tracking.
- Software that enables EO/IR to point at a land target and display a street address.
- Auto Focus.
- Auto track.
- Replacement HD cameras capable of seeing:
24-inch letter from a 1000 ft. altitude from 2 nm distance.
12-inch letter from a 500 ft. altitude from 1 nm distance.
6-inch letter from a 300 ft. altitude from .5 nm distance. - Must fit the current camera mount. Shall mount to the existing airframe FLIR mounting bolt pattern.
- Must be capable of utilizing the existing aircraft wiring harnesses.
- Interface with 1553B buss for radar altimeter inputs for enabling/disabling the laser illuminator at 200 feet above ground level (AGL).
- Must accept two (2) EGI inputs from aircraft for position information.
Proposed equipment must adhere to all applicable military standards (MIL-STDs) or commercial Aviation standard equivalents, Radio Technical Commission for Aeronautics (RTCA/DO-160E).
When responding to this sources sought, please include the following information:
- Capabilities statement.
- Is the solution currently in production? If not, when is the product planned for production?
- Please provide the details and terms of any standard warranty and support for repair included with the product.
- Is your product listed on the General Services Administration (GSA) schedule or the Defense Logistics Agency (DLA)?
- Is your firm a certified hub zone firm, woman-owned or operated or certified Service-Disabled Veteran-Owned? If so, indicated which apply.
- Is your business a large or small business?
- Do you have other Government/military agencies using the product, and if so which agencies, point of contacts (POCs) and contract numbers?
- What additional information would be needed from the USCG to better provide an answer to this sources sought or any potential Request for Proposal (RFP) for this type of solution?
Responses to this notice should include company name, address, telephone number, and POC.
After the review of the responses to this sources sought announcement, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on Contract Opportunities website. Responses to this sources sought synopsis are not adequate response to any future solicitation announcements. All interested offerors will have to respond to the solicitation in addition to responding to this source sought synopsis. Responses to this sources sought synopsis are NOT a request to be added to a prospective offeror’s list or to receive a copy of the solicitation.
Email responses are preferred and may be sent to Rose.A.Bateman@uscg.mil. Please indicate “Helicopter HD EOIR” in the subject line.
Attachments/Links
Contact Information
Contracting Office Address
- 1664 Weeksville Road
- Elizabeth City , NC 27909
- USA
Primary Point of Contact
- Rose A Bateman
- Rose.A.Bateman@uscg.mil
Secondary Point of Contact
History
- Jun 13, 2023 11:59 pm EDTSources Sought (Updated)
- May 18, 2023 06:49 am EDTSources Sought (Original)