Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2007 FBO #2186
SOLICITATION NOTICE

A -- Anti-Tank Mine Detection System - Ground Vehicle Mounted High Performance Ground Penetrating Radar for Detection of Metallic and Low-Metallic Antitank (AT) Landmines

Notice Date
11/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-08-R-0005
 
Response Due
1/4/2008
 
Archive Date
3/4/2008
 
Point of Contact
Jane Borden, 703-325-1709
 
E-Mail Address
Email your questions to US Army C-E LCMC, Acquisition Center - Washington
(carol.jane.borden@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Communications-Electronics Life Cycle Management Command (CE-LCMC) Acquisition Center Washington on behalf of the US Army Research, Development and Engineering Command, Communications and Electronics Research, Development and Engineeri ng Center, Night Vision and Electronic Sensors Directorate, Countermine Division, Humanitarian Demining Branch, intends to contract with NIITEK Incorporated, 43671 Trade Center Place, Suite 124, Sterling, VA 20166, on a sole source basis to develop, test, document, deliver, and provide training and maintenance for a vehicle mounted anti-tank (AT) landmine detection system for Humanitarian Demining. The system shall consist of a high-performance Ground Penetrating Radar (GPR) integrated with a remote contro lled all terrain vehicle to detect both metallic and low-metallic AT landmines. Specifically, the subject technology shall have the following requirements and specifications: 1) The GPR system shall be V-dipole based technologies; 2) operate and detect la ndmines on primary and secondary roads; 3) have a probability of detection greater than 98 percent for all AT landmines; 4) have a very low false alarm rate; 5) provide real-time detection through audio and/or visual alerts; 6) include automatic target rec ognition algorithms; 7) include GPS to provide real-time mapping, as well as a graphical screen displaying the GPS location of any alerts; 8) stop and mark the location of the landmine with a physical marking system; 9) transfer data via a wireless link at a minimum distance of 500 ft; 10) include remote control technologies capable of operation at a minimum distance of 500 ft; 10) include automatic height control of sensor array; 11) include operators manuals; 12) and include automated system diagnostics and tune up procedures. This effort is divided into two phases. In Phase I the Contractor shall design, develop, test the AT landmine detection system, support evaluations Outside the Continental United States (OCONUS), and improve the AT landmine detect ion system in preparation for an Operational Field Evaluation (OFE) that will be conducted with an international humanitarian demining organization. For this OFE, the Contractor shall also provide training materials, training, system repair and maintenanc e. Based upon the results of Phase I, the Government at its discretion may exercise a Phase II option. In Phase II, the Contractor shall improve, build, and test a new AT landmine detection system as well make improvement to the Phase I system based on l essons learned in Phase I and recommendations from the international humanitarian demining organization OFE. The Contractor shall support OCONUS evaluations and an OFE with both AT landmine detection systems. For this OFE, the Contractor shall also provi de training materials, training, system repair and maintenance. Testing will enable an assessment of the prototypes suitability for use by the Humanitarian Demining community. The estimated period of performance for this effort is thirty-six (36) months . The resultant contract will be a Cost-Plus-Fixed-Fee contract. It has been determined that NIITEK, Inc. is the Only One Responsible Source and no other Supplies or Services will satisfy Agency Requirements. The statutory authority for other than full and open competition is 10 USC 2304 (c)(1); Only One Responsible Source and no Other Supplies or Services will Satisfy Agency Requirements. This notice of intent is not a request for proposals. However, all responsible sources may identify their interest and capability to respond to the requirement or submit proposals. All proposals received within 45 days will be considered by the Government. Responses shall be no longer than ten (10) pages and provided in Microsoft Word compatible format. Responses sh all be submitted via email to carol.jane.borden@us.army.mil within 45 calendar days of the date of this notice. All requests for further information must be in writing and via email to the above address, telephone requests for additional information will not be honored. Acknowledgement of receipt will be issued. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. SEE NOTE 22 and 26. ?
 
Place of Performance
Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN01454966-W 20071121/071119225611 (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.