Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2003 FBO #0690
SOLICITATION NOTICE

63 -- Electronic Trip Flare (ETF)

Notice Date
10/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
DAAB15-04-R-0001
 
Response Due
11/24/2003
 
Archive Date
1/23/2004
 
Point of Contact
Mary Byrd, 703-325-1714
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center Washington
(mary.byrd@cacw.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA ELECTRONIC TRIP FLARE (ETF) The purpose of this announcement is to request comments from industry on the Draft Request for Proposal (DRFP) technical requirements and acquisition strategy for the Army??????s pending Electronic Trip Flare (ETF) acquisition. The ETF will be a simple, c ompact, modular, sensor-based warning system with programmable responses that can be used either as a tactical stand-alone system or as a supplemental device used with other security systems or missions. The ETF procurement will be managed by the materiel developer, the Office of the Product Manager, Physical Security Equipment (PM-PSE), at Fort Belvoir, VA. The US Army Military Police School (USAMPS) is the combat developer. The ETF system will be capable of detecting intruders using remotely located mo tion sensor modules (MSM), which subsequently control preprogrammed responses ranging from visible illumination (continuous or strobe), infrared (IR) illumination, audible alarm, or a combination of any or all of the above. The ETF must have the capabilit y of accurately sending alarm information to the Battlefield Anti-Intrusion System (BAIS) hand-held monitor, and it should be capable of being effectively integrated into planned and future Battle Command Systems including, but not limited to, the Remotely Monitored Battlefield Sensor System (REMBASS), the Improved Remotely Monitored Battlefield Sensor System (IREMBASS), and the Tactical Remote Security System (TRSS). The primary objective of ETF system is to detect the motion of an intruder (individual and/or vehicular). Secondary objectives for the command and control of preprogrammed responses to intruder detection include control of the light modules (LM), generati on and forwarding of alarm signals to the remote control module (RCM), generation of local audio alarms, and communications with the RCM for the purpose of monitoring system activity, displaying/annunciating alarm indications, and controlling system respon se to intruder detection. ETF will satisfy an immediate Army requirement for early detection, warning, and reporting of intrusions into areas of responsibility, with the added requirement of providing programmable responses of illumination and sound, to e nhance force effectiveness and increase situational awareness and operational reaction time during all types of combat operations. In addition to the Army, functional users of ETF are anticipated to be front-line, combat and combat support activities of t he U.S. Air Force and the U.S Marine Corps, as well as Department of Defense (DoD) security and law enforcement units. To date, ETF has undergone Concept and Technology Development, which has resulted in development of brassboard models. The System Desig n Development (SDD), Low Rate Initial and Full Rate Production (LRIP, FRP) phases of ETF are the subjects of this DRFP. The SDD portion of the resulting contract will be Cost Plus Award Fee (CPAF). The LRIP and FRP portions of the contract will be Fixed Price Incentive (FPI). The successful contractor will be selected on the basis of the proposal that offers the best value to the Government, trade-offs considered. Evaluation factors will include Technical, Supportability, Cost, Performance Risk, and Man agement (weighted value not necessarily in this order). In order to minimize development and production risks and avoid costly delays, the Government anticipates a six-year SDD/LRIP/FRP effort broken out as follows: (1) Design, fabricate, integrate, test (PQT 1a/b and PQT 2), deliver and support (during an Early User Appraisal ?????? EUA ?????? and Logistics Demonstration ??????LD) 40 ETF prototypes to include drafting operator/maintainer manuals, commercial and engineering drawings and associated lists, a nd operator/maintainer training within 18 months of contract award; (2) Produce, test (PVT 1a/b and PVT 2), deliver and support (during Operational Testing??????OT) 150 ETF LRIP systems, to include operator/mai ntainer manuals, development and update of production item detail specifications, and conduct of operator/maintainer training, at the Government??????s option, during a follow-on 12 month period; (3) Produce, test (PAT 1a/b and PAT 2), deliver and support an estimated 28,847 FRP systems, to include operator/maintainer manuals, commercial and engineering drawings and associated lists, and operator/maintainer training, at the Government??????s option , during three follow-on one-year periods; (4) Warrant LRIP and FRP ETF components for a period of two years following acceptance; and (5) Provide renewable one-year Life Cycle Contractor Support (LCCS) at the Government??????s option. In preparation for the release of the ETF Request for Proposal (RFP), the Government is seeking comments from industry on the acquisition strategy discussed in this announcement and the DRFP, which will be posted to the CECOM Acquisition Center (CAC) Inter active Business Opportunities Page (IBOP) on or about 24 October 2003. Responses must be received no later than 12:00pm (EDT) on 24 November 2003 or 30 days from posting date, whichever is later. These documents will be posted on the CAC IBOP at ??????http://abop.monmouth.army.mil/?????? on or about 24 October 2003. These documents are downloadable. This DRFP will be identified on the IBOP as ??????ETF, DAAB15-04-R-0001, Pre-Solicitation??????. Comments in response to this DRFP must be submitted to Jeanie Kampschroeder at Jean.Kampschroeder@cacw.army.mil. Ms. Kampschroeder may be reached by phone at 703-325-6173 or fax at 703-325-4995. At this time, no Pre-Solicitation Conference or Pre-Proposal Conference is anticipated. See Notes 9 and 26.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00453255-W 20031018/031016213211 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.