Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2004 FBO #1061
SPECIAL NOTICE

99 -- ADDENDUM to BAA W15P7T-04-R-P008 MASINT Sub-Topic 3. Request White Papers for Phase I of the Suite of Sense Through the Wall Systems Science and Technology Objective. POC: Douglas Cohen and Mark Farwell (SEE BELOW)

Notice Date
10/20/2004
 
Notice Type
Special Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
USA-SNOTE-041020-002
 
Archive Date
12/19/2004
 
Description
The purpose of this announcement is to request White Papers for Phase I of the Suite of Sense Through the Wall Systems Science and Technology Objective (STO). I2WD is collecting information on proven sensor technologies to achieve the Phase I object ives proposed in the Suite of Sense Through The Wall (STTW) Systems STO. The Suite of STTW Systems STO will provide mounted/dismounted users with the capability to detect, locate, and see personnel with concealed weapons and explosives who are hidden behind walls, doors and other obstructions. The STO consists of a two-phase d approach with prototype deliveries in 3QFY06 (Phase I) and 3QFY08 (Phase II). For Phase I of the STO, the contractor will design, develop, fabricate and test STTW prototypes that meet the requirements specified in the draft STTW Capabilities Development Document (CDD) and the Future Combat System (FCS) Operational Requirements Document (ORD). Critical extracts of the STTW CDD and the FCS ORD are listed in the Prototype Performance Goals section of this document. It is anticipated that one version wil l be soldier borne, and modular in design for potential integration into an FCS Small Unmanned Ground Vehicle (SUGV). A second set of payloads will be mounted on a larger FCS Unmanned Ground Vehicle (UGV) and will have increased standoff distance from the target area. Phase I Science & Technology Objectives: FY05-06 Phase I Deliverable Prototypes: Due NLT 3QFY06 Soldier borne prototype (detect personnel through walls) Qty: 3 each SUGV mounted prototype (detect personnel through walls) Qty: 3 each UGV mounted prototype (detect personnel through walls with increased standoff distance from target area) Qty: 3 each UGV mounted prototype (detect concealed weapons and explosives through clothing) Qty: 3 each Phase I Prototype Performance Goals: Note: For the purposes of this white paper, the offeror should assume the STTW payloads will be integrated with Talon (by Foster Miller) robots and High Mobility Multipurpose Wheeled Vehicles (HMMWV or Humvee) (Model M1097A) in lieu of the FCS SUGV and UGV , respectively. A Talon robot and HMMWV will be provided to the STTW prototype contractor(s) as Government Furnished Equipment. 1. STTW Prototype Weights: Hand held prototype weight goal: 6 lbs (including battery) SUGV prototype payload weight goal: 6 lbs (excluding battery) UGV prototype payload weight goal: less then or equal to 35 lbs. for each payload 2. Battery Life: Minimum of 2 hours for the hand held and SUGV mounted system. UGV mounted systems will utilize the host platforms prime power (28VDC) to supply power for the STTW payload. 3. Time to acquire sensor reading and display information to operator: less then 30 sec for all payloads with an update of previously detected targets every 5 seconds. 4. Probability of Detection: greater then 85% for hand held and UGV mounted payloads; greater then XX% for SUGV Note: Some of the specifications for the SUGV mounted STTW system have been classified by the FCS ORD. These specifications are not included here and will not be provided to the offeror. The offerors should provide their best estimates of the performanc e characteristics that they feel are achievable for the prototype STTW payload for the SUGV. 5. False Alarm Rate: less then or equal to 10% for all STTW payloads 6. Sensor range to target (regardless of wall location between sensor and target): Soldier borne prototype (detect personnel through walls): 20 meters SUGV mounted prototype (detect personnel through walls): XX meters UGV mounted prototype (detect personnel through walls): 100 meters UGV mounted prototype (detect concealed weapons and explosives through clothing but not through walls): 100 meters 7. Detect and recognize targets through multiple wall types in the presence of clutter. The STTW payloads must be able to penetrate 12 non-metallic walls such as cement block, dry wall, adobe, brick, and reinforced concrete. 8. Discrimination of multiple targets. The STTW payloads must be able to discriminate multiple targets separated by greater then or equal to 1 meter (hand held and SUGV mounted prototypes) or greater then or equal to 3 meters (UGV mounted prototypes) for all targets within the systems range. 9. Simultaneous detection of stationary targets and targets in motion 10. User-friendly interface (i.e., alerts to cue user to look at display) 11. Graphical User Interfaces (GUIs) (i.e., icon displays for detected targets with geo-location information) 12. Motion compensation algorithms for operator/platform induced movement 13. Electromagnetic Interference (EMI) compatibility with fielded sensors and communications devices (e.g. GPS, SATCOM equipment, etc.) operating within radius of 10 meters of the STTW payloads 14. Demonstrate data dissemination from the STTW SUGV payload via secure wireless communications to a remote operator located 300 meters away (line of sight). 15. Prototypes shall be designed to withstand a drop from 1 meter on to hard pack earth without impacting performance. Prototype systems shall also be sufficiently ruggedized for operation in MIL-STD-810F climactic design types hot, basic hot and ba sic cold. The system shall survive the same environment an operator can be expected to survive. Environments include smoke, aerosols, fog, rain, dust, wind, snow, icing, biological, and chemical. 16. Mapping of exterior & interior walls and significant stationary objects (Desired but not required performance characteristic) Phase I Test and Demonstration: STTW sensors shall be tested in a Government laboratory environment (Fort Monmouth, NJ) and Military Operations in Urban Terrain (MOUT) facility (Fort Benning, GA) during 4QFY06. Prototypes should be at a Technology Readiness Level 6 assume a total of f our weeks duration to complete testing. Security: Offerors who choose to submit a response for the SUGV mounted version are required to assign personnel to this task who can obtain and maintain a SECRET security clearance. All work must be performed at a cleared facility. White Paper Submittal: The offeror may submit a response for each Phase I deliverable; therefore, up to four responses may be submitted one for the soldier borne/hand held version, one for an SUGV mounted version, and/or one for an UGV mounted version for personnel detection an d/or concealed weapons & explosives. The response should describe the technical approach (and phenomenology) proposed by the offeror, the STO objectives being addressed by the technology/technologies (the offeror may elect to respond to all or a portion of the STO performance goals), projecte d performance capabilities, technical risks and planned mitigation efforts, and clearly define the final prototype deliverable suitable for testing in a field environment. Each response to this call for white papers should contain a summary quad chart (font size 8 -12 pitch). An example of an acceptable quad chart with required information can be found at https://abob.monmouth.army.mil under BAA W15P7T-04-R-P008 MASINT Sub- Topic 3. In addition to the quad chart, responses may include no more than 5 pages of narrative (including figures, charts and tables). All submittal pages must be formatted using single sided 8.5 x 11 paper; with one-inch page margins all around and f ont size greater then 10 pitch. The narrative portion of the white paper should provide additional supporting information for material presented in the summary quad chart. All responses will be reviewed in accordance with the evaluation criteria-factors identified in the I2WD BAA. The top candidates for each Phase I deliverable will be invited to submit proposals to the BAA. Candidate offerors will be requested to submit a proposal for a potential work effort of 15 months in duration to develop the Suite of STT W systems STO Phase I prototype(s) and four weeks to support the Phase I test and demonstration. The proposal will also include options for subsequent development of prototypes for a System Development and Demonstration phase starting in FY07 - based upon the successful demonstration of the Phase I prototypes. The Government does not intend to pay any costs incurred by the offerors for the preparation of any information submitted in response to this request. All proprietary information should be marked as such on the submissions. The Government is not interest ed in general company capability information and will not accept such submissions. Submissions will be accepted via e-mail only and should be sent to both addressees below no later than COB November 3, 2004. All questions concerning this call for white papers should be directed to Doug Cohen, email: Douglas.Cohen@us.army.mil or Mark Far well, email: Mark.Farwell@us.army.mil solely via email.
 
Web Link
Army Single Face to Industry
(https://abop.monmouth.army.mil)
 
Record
SN00696804-W 20041022/041020212022 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.