Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

58 -- Towed EM Array

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-07-T-0235
 
Response Due
9/1/2007
 
Archive Date
10/1/2007
 
Description
The U.S. Army Joint Munition & Lethality Lifecycle Management Command ??? Picatinny Center for Contracting and Commerce in support of the U.S. Army Research Development and Engineering Command has a requirement to purchase a Brand Name or Equal Towed Array Metal Detection System. Interested sources will have an equal opportunity to submit a proposal in response to this combined synopsis/solicitation in accordance with FAR 12.6. The item is envisioned to be a commercial off-the shelf (COTS) item. Award will be based on lowest price technically acceptable response. This announcement constitutes the only solidification for this requirement. The minimum salient characteristics for the Laser are as follows. 1) Real-Time Secondary Field Mapping System 2) Metal Detection System Fast Time Domain EM (FTDEM) system composed of 4-EM MKII type metal detectors (future configurable up to 6) or equivalent performance air core coils of 0.5m X 1m dimension in a receiver array configuration 3) Metal Detector Array sufficient to map 8.5 feet wide of roadway and be towed at speeds between 5 to 55mph with no significant degradation in mapping performance 4) Transmitter (Tx) Loop to consist of one large coil, approximate dimensions of 6 meter circumference, air core, light weight, flexible 5)Transmitter Power: 300 Watts approximate 6) Current Waveform: Bipolar Rectangular Wave ??? programmable 7) Full Scale Signal: 10 volts 8)Dynamic Range: 17 bits plus sign bit 9) Time Gate: Firmware programmable from minimum 200 microseconds to 500 microseconds 10) Minimum Acceptable Sample Rate: 150 samples/second/ Rx Coil 11) Controller: XP Windows PC 12) Data Collection/Display Software: Color real-time geo-referenced data plotting using keyboard configurable amplitude color scale 13) System trailer/platform size: 8 x10 feet (GPR transparent floor decking) (low magnetic and EM signature during static and dynamic testing) 14) Construction: Low magnetic and EM signature composite molded/reinforced fiberglass or Kevlar, or titanium. (low magnetic and EM signature during static and dynamic testing) 15) Required Sensor Configurations: Deliver trailer with 4 receivers ??? 1.0 meter x 0.5 meter Rx coils??? provisions for multiple RX coil geometry configurations required 16) Maximum trailer speed for transportation/towing purposes: 75 MPH 17) Trailer Coupler Ball Size: 2 inch (standard), with adaptor also for military hitch 18) Wheel Type: pneumatic, (low magnetic and EM signature during static and dynamic testing) 19)Trailer Load Rating: ?? ton 20) To be powered by commercial off the shelf marine battery of approximate 100Ahr rating (not supplied) and run for 12 hours without recharge 21) Electronics enclosure: Water proof and dust proof 22) Consist of complete self-contained unit comprising all driver/control electronics, data acquisition/data logging system and Toughbook computer for real time display of received metal detection levels for each of 4 receiver coils as well as post processing magnetic map of road using commercial mapping software. 23) Integrated Navcom 2050G or equivalent GPS system integrated with multi-coil magnetic data receiving system to provide GPS information accuracy to within decimeter accuracy on real time and post processed magnetic maps. GPS system also capable of decimeter accuracy over full worldwide land coverage and capable of continuous real time performance while minimizing drop outs and without any extensive re-acquire time after drop out. Delivery of one complete system shall be delivered to building 94, Picatinny Arsenal, NJ 07806 by or on 1 November 2007. This represents a first time buy for this item in support of Agency requirements; as such, no history is available. This announcement constitutes the only solicitation; and a written solicitation will not be issued. The solicitation number is W15QKN-07-T-0235. The solicitation is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02 and Class Deviation 2005-00001. The provision at 52.212.2, Evaluation Commercial Items, will be used to evaluate offerors for awarding a Purchase Order. The Government intends to award from this solicitation to the lowest price responsible offeror proposing the brand name or equal indicated above and meeting all characteristics. The following factors shall be used to evaluate offers: (1) Technical requirements (2) Delivery, and (3) Price. Where factor 1 is more important than Factor 2. And Factor 2 is more important than Factor 3. Offerors must include a completed copy of the provision at 52.212- 3, Offeror Representations and Certifications Commercial Items, with its offer. Technical requirements will be evaluated on, a met all technical requirements or not met all technical requirements basis. Those quotes that have been determined as not meeting all the technical requirements shall not be considered for award. The clause at 52.211-6, Brand Name or Euqal, applies to this acquisition. The clause at 52.212-1, Instruction to Offeror ??? Commercial Items, applies to this acquisition. The clause at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The clause at 52.212-3, Offerors Representation andCertifications ??? Commercial Items, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation, applies to this acquisition. See attached SF 1449. Offerors shall submit their proposals electronically via email to the US Army JM&L LCMC, Acquisition Center, john.fox6@us.army.mil, AMSML-AQ-JA, ATTN: Vince Fox, Bldg. 10, Picatinny Arsenal, New Jersey 07806-5000 closing date for receipt of proposals is 4 September 2007. The point of contact for this solicitation is Vince Fox, Contract Specialist email: john.fox6@us.army.mil and telephone number is 973-724-3104.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-07-T-0235)
 
Record
SN01389401-W 20070831/070829221820 (fbodaily.com)
 
Source
FedBizOpps 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.