The RFP Database
New business relationships start here

Enhanced Night Vision Goggle - Binocular (ENVG-B)


Maryland, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Announcement W91CRB-18-R-0023 constitutes a Request for Information (RFI) for the Enhanced Night Vision Goggle - Binocular (ENVG-B). The U.S. Army Contracting Command - Aberdeen Proving Ground is collecting market research information on behalf of Program Executive Office (PEO) Soldier Product Manager Soldier Maneuver Sensors (PdM SMS) to identify potential sources, assess industry capabilities and obtain Rough Order of Magnitude (ROM) pricing for the ENVG-B.


This RFI is for planning purposes only and should not be construed as a Request for Proposal or as an obligation on the part of the Government to acquire any services or hardware. Your response to this RFI will be treated as information only and the Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing an ENVG-B acquisition strategy and supporting documentation. Interested parties are responsible for properly marking proprietary or competition sensitive information contained in responses to protect against disclosure outside the Government. The information provided herein is subject to change and in no way binds the Government to pursue any course of action described herein. The U.S. Government is not obligated to notify respondents of the results of this survey.


Responses to this RFI are due no later than 4:00pm EST, April 9, 2018. All questions concerning this notice shall be submitted via e-mail to Army Contracting Command - Aberdeen Proving Grounds (ACC-APG) Point of Contact (POC), Lisa J. Yamakawa, lisa.j.yamakawa.civ@mail.mil. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. * Any Interface Control Documents (ICDs) referenced within this RFI will be available if a formal solicitation is released. ** In addition, if a formal solicitation is released, the Government will require all Offerors to submit up to three (3) bid samples/prototypes with their proposal.


DESIRED ATTRIBUTES OF THE ENVG-B:


• Integrated dual white phosphor Image Intensifier (I2) tubes with Figure of Merit (FOM) greater than 2300, Signal-to-Noise Ratio greater than 32.
• User will have the option to use as a fused monocular or as a binocular.
• Integrated thermal imager to provide fused I2 and thermal imagery.
• I2 circular field of view (FOV) greater than 38°.
• Thermal sensor diagonal FOV greater than or equal to 34°.
• Thermal sensor frame rate greater than or equal to 60.0 Hz.
• Integrated full color microdisplay with active format greater than or equal to 1280x960.
• Provide 80% or greater probability of recognition of personnel (upright and moving), given a detection, out to a range of 400 meters in clear air at all light levels.
• Compliant with Interface Control Document (ICD) for the ENVG III Helmet Mount Assembly (HMA).
• Includes a detachable positioning assembly and battery pack (4 L91 AA Lithium batteries) that interface to existing ENVG III adjustable HMAs.
• Weigh less than 2.5 lbs. (Goggle, Positioning Assembly, Battery Pack w/Batteries).
• Interoperable with existing Family of Weapon Sights - Individual (FWS-I) Rapid Target Acquisition (RTA) battery packs that allow the import of the weapon sensor reticle/video into the goggle, and from the NETT Warrior End User Device.
• Operate continuously fused for a minimum of 7.5 hours on one set of four new L91 AA lithium batteries, at all temperatures from -20°C to +49°C. This operating time does not include activation of RTA or Augmented Reality (AR) capabilities.
• All controls are ambidextrous and operable by left and right-handed users.
• Multi-point wireless interface to FWS-I, NETT Warrior that supports information assurance requirements to provide RTA and AR capabilities, and Small Tactical Optical Rifle-Mount (STORM), Laser Target Locator Module (LTLM), Joint Effects Targeting System (JETS), Lightweight Laser Designator Rangefinder (LLDR) or other laser range finders, which provide targeting information.
• The smart battery pack shall support a RTA capability which displays the zeroed weapon sight reticle and a portion of the weapon sight thermal image spatially aligned and overlaid in the ENVG-B.
• Personnel-sized target recognition while using RTA (upright moving man) 80% of the time out to 150 meters.
• Personnel-sized target recognition while using RTA in limited visibility (such as fog, salt fog, haze, mist, snow, dust, smoke and other battlefield obscurants like white phosphorous (WP), hexachloro-ethane-zinc oxide (HC))(upright moving man) 90% of the time out to 50 meters.
• User occluded vision level ≤ 100% (transparent digital display with a reduced system volume on the user), which permits target information, navigational aid, situational awareness, unmanned vehicle (UAV) mobile feeds, biometric facial recognition and the ability to conduct virtual training and mission preparation on to this transparent display.
• Provide to the ENVG-B display, user targeting information from the soldier's weapon or handheld targeting sensor, navigational aid, situational awareness of units, UAV and other mobile video, biometric facial recognition and ability to conduct virtual training and mission preparation.


SUBMISSION INSTRUCTIONS: Interested parties shall submit a written narrative which supports their company's claim of presently having the technology, qualifications, experience, and capabilities to satisfy all of the performance and technical objectives described within this RFI and its technical attachments. All information submitted shall support the vendor's capability to provide the items required. Responses must be in writing and must provide clear and concise documentation indicating the company's capability to design, build, test and deliver these items. All information is to be submitted at no cost or obligation to the Government and will not be returned. All responses shall be UNCLASSIFIED and limited to twenty (20) pages. Formats accepted will be the suite of Microsoft (MS) Office Applications (Word, Excel, PowerPoint, Project, etc.), as well as Adobe Portable Document Format (PDF), or any combination thereof. Information marked {Proprietary to company name} will not be disclosed outside of the Department of Defense.


THE WRITTEN NARRATIVE SHALL:
• Identify basic characteristics of the ENVG-B system including, but not limited to:
-- Overall size
-- Weight (Goggle, Positioning Assembly, and Battery Pack w/Batteries)
-- I2 performance (FOM, FOV, Range Performance)
-- Thermal sensor performance (Frame Rate, Sensitivity, FOV, Range Performance)
-- Compliance with ICD for the ENVG III HMA
-- Interoperability with existing Family of Weapon Sight-Individual (FWS-I) RTA battery packs with secure wireless connectivity.
-- Power consumption/battery life
• Identify the accessories that are typically packed with the system (e.g. operator's manual, soft case, optical filters, etc.).
• Identify projected maximum monthly production capacity within three months of production award and ramp-up schedule.
• Provide schedule required to deliver the following purchased systems to U.S. Army Rock Island Arsenal (RIA), IL
-- Schedule to deliver 35 systems for production qualification.
-- Schedule to deliver up to approximately 40 prototypes for Engineering and Manufacturing Development (EMD).
-- Schedule to deliver up to approximately 90,000 Full Rate Production ENVG-B systems over 7 years following completion of EMD deliveries.
• Provide information about providing test equipment for ENVG-B system repairs.
• Provide company information to include:
-- Company name, address and Commercial and Government Entity (CAGE) code
-- Point-of-contact with telephone number, and e-mail address
-- Type of business (i.e. small business (including applicable socio-economic categories), other than small business).
• ROM pricing to design, build, test and deliver 40 systems based on the information provided herein. Provide ROM pricing on the binocular goggle and RTA independently of the system cost for estimated in production quantities of 90,000 units.
• Provide any information on patents, licensing/royalty fees associated with this RFI.


RESPONSE DEADLINE: Interested parties shall submit their responses no later than 4:00pm EST, April 9, 2018 to Lisa J. Yamakawa at lisa.j.yamakawa.civ@mail.mil


 


Lisa J. Yamakawa, Phone 4102786129, Email lisa.j.yamakawa.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP