Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2004 FBO #0870
SOURCES SOUGHT

58 -- Market Research Full Rate Production of Handheld Mine Detection System (AN/PSS-14)

Notice Date
4/12/2004
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
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
W909MY-04-Q-0006
 
Response Due
5/12/2004
 
Archive Date
7/11/2004
 
Point of Contact
Patricia Davis, 703-325-1713
 
E-Mail Address
US Army Communications-Electronics Command, CECOM Acquisition Center Washington
(pat.davis@cacw.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Communications Electronics Command Acquisition Center - Washington Sector is seeking sources on behalf of the Communications and Electronics Research, Development and Engineering Center, U.S. Army Research, Development and Engineering Command, Ni ght Vision and Electronic Sensors Directorate (NVESD), Countermine Division who have fully tested handheld mine detectors suitable for immediate full rate production and fielding to US Army and US Marine Corps users. Subject mine detectors shall be able to detect landmines of all types, constructed of metal, plastic or wood, under all types of weather conditions, in all types of terrain, and shall be designed to meet or exceed the performance specifications established for the US Army's AN/PSS-14 program. S pecifically, the mine detector must be handheld and meet all of the following system performance specifications: 1) detect 96% of targets (or better), with a false alarm rate of no more than 3 false alarms per 5 square meters; 2) detect targets on the surf ace and up to 15 centimeters (6 inches) below the surface; 3) the total system weight must not exceed 11 pounds; 4) mine detection audio and/or visual alerts to the operator must be in near real-time (less than or equal to 1/30th second); 5) if the system is comprised of more than one sensor, then each of the sensors must be capable of being operated in combination or separately as determined by the operator; 6) the system must have an independent power source (e.g., battery power) and provide an operationa l time of greater than or equal to two hours without battery change; 7) the system must include a Built-in-Test (BIT) capability to provide clear indication of sub-system and system-level faults; 8) the system must be capable of being operated, maintained, and repaired in its operational environment by personnel with a minimum of training; 9) the system must be sufficiently rugged to withstand field operation, maintenance, and transport within military operational environments; 10) the system must be maint ainable, and transportable by 5th through 95th percentile soldiers dressed in the Battle Dress Uniform, worn in combination with Body Armor, cold-wet weather protective clothing, or the protective ensembles for Mission Oriented Protective Posture (MOPP) Le vels I through IV; 11) operator visual displays, if any, must be compatible with night vision devices and provide sufficient contrast between all displayed information and the display background to ensure that the required information can be perceived by t he operator under all expected lighting conditions. Firms possessing the capabilities to satisfy the AN/PSS-14 requirements through Commercial or Non-Developmental Items (NDI) systems or commercial or NDI system components are invited to submit a 10 page W hite Paper providing a description of their system. The White paper shall include as a minimum: (1) a description of the system and validating information supporting claims that the proposed system meets the system performance specification; (2) Test Rep ort data to include verified Probability of Detection (Pd) and False Alarm Rate (FAR) from an official U.S. Government Test and Evaluation (not included in the page count); (3) product literature; (4) past performance information; and (5) price schedules/c atalogues (not included in the page count). Respondents must also include information regarding (1) customary practices, including warranty, discounts, etc., under which commercial sales of the products are made and (2) requirements of any laws and regula tions unique to the item being acquired. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. Response to this Sources Sought should be received no l ater than 12 May 2004. Offerors are responsible for any costs associated with preparing responses and/or acquiring test data. The preferred method of submissio n is via electronic mail. The submission shall be made to Ms. Jane Borden at jane.borden@cacw.army.mil. The subject of the mail message shall be: AN/PSS-14 Market Research Response, Your Company’s Name. If the submission can not be made via email due to size constrains the package may be mailed to US Army CECOM Acquisition Center - Washington, 2461 Eisenhower Ave, Room 1126, Attn: AMSEL-AC-WB-B (Ms. Jane Borden), Alexandria, VA 22331-0700. If the package is mailed via land, an electronic mail mess age should be sent to notify Ms. Borden. Any questions regarding the submission of materials should be addressed to Ms. Borden, Contract Specialist at jane.borden@cacw.army.mil or Ms. Patricia Davis, Contracting Officer at pat.davis@cacw.army.mil. Submiss ion of this information is for planning purposes only and is not to be construed as a commitment by the government to procure any items/services, or for the government to pay for the information received. No solicitation document exists. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAB15/W909MY-04-Q-0006/listing.html)
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-WB-B, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00564344-F 20040414/040412212737 (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.