Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2008 FBO #2302
SOURCES SOUGHT

58 -- REQUEST FOR INFORMATION/MARKET SURVEY for Pressure Plate Detection Systems to Support Route Clearance Operations

Notice Date
3/14/2008
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
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-Q-0003
 
Response Due
4/15/2008
 
Archive Date
6/14/2008
 
Point of Contact
Patricia Davis, 703-325-1713
 
E-Mail Address
Email your questions to US Army C-E LCMC, Acquisition Center - Washington
(pat.davis@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The CECOM LCMC Acquisition Center  Washington seeks sources for Pressure Plate Detection Systems. This survey will be managed by the Armys Night Vision and Electronic Sensors Directorate (NVESD), Ft. Belvoir, VA. in support of the Joint IED Defeat Organization (JIEDDO). Results of this survey will be provided to other U.S. Government agencies as necessary. In support of Operation Iraqi Freedom (OIF) and Operation Enduring Freedom (OEF), the Department of Defense (DoD) is seeking detection technolo gies that are capable of protecting our Coalition and Partner Nation soldiers from Improvised Explosive Devices (IED) threats that are triggered by pressure plates. Technically mature (Technology Readiness Level (TRL) 5 or higher) detection systems are be ing sought which have capability to provide detection performance at standoff ranges required by Coalition and Partner Nation military forces that conduct route clearance missions. The detection systems will be expected to be able to detect a variety of t arget surrogates which are buried on improved/unimproved roads at shallow depths (less than 8 cm) to include: 1. Multiple contact-switch wire made with lamp cord (aluminum or copper) and pressure switch contacts (aluminum or copper) at six-inch i ntervals (i.e. Christmas Tree Lights). 2. Contact-switch wire (see above) mounted on a wooden board, wrapped in tape. Board size 2 inches (in) wide X 1in tall X 24in ong 3. Hacksaw blade (A single 12in ferrous metal blade broken in two to f orm pressure contact switch when separated by spacers), wrapped in tape. 4. Hacksaw blade (Two 12 ferrous metal blades form pressure contact switch when separated by spacers), wrapped in tape. 5. Metal bar (ferrous and non-ferrous) pressure c ontact switch fabricated from two bars, 24in Lx1in Wx1/8in T, separated approx 1/3in by spacers, wrapped in tape. 6. Metal bar (ferrous and non-ferrous) pressure contact switch fabricated from two bars, 24in Lx1in Wx1/8in T, separated approx 1/3in by spacers, wrapped in rubber hose. 7. Metal bar pressure contact switch fabricated from two bars, 24in Lx1in Wx1/8in T, separated approx 1/3in by spacers, contained in plastic conduit (not pipe-like conduit, but rather flat conduit typically found on walls holding LAN wire, etc.). It should be noted that numbers 2, 3, 4, and 5 could be covered with clear plastic package tape, brown plastic package tape, and or electrical tape and that numbers 1-7 have 1 or 2, 9 VDC batteries attached. The detection systems are expected to operate at standoff ranges to allow a route clearance team (traveling at up to 15 km/hr) sufficient time to stop prior to over passing the threat. It is expected that potential systems will be deployed on ground v ehicles currently used by route clearance teams (RCT), on remotely operated ground and/or air vehicles, or on manned aircraft. These general, unclassified system requirements are applicable: a) The proposed system should address the detection of the press ure plate (and/or its immediate surroundings) and should not rely on other components of the IED such as the munitions/explosives, the arming devices including RF receivers and command wires, etc. for detection; b) Potential sensing modalities will incl ude (but are not limited to): Radar (including ground penetrating radars, forward looking radars, synthetic aperture radars, non-linear/harmonic radars), Electromagnetic Induction, Magnetometers, ElectroOptic/Infrared, Hyperspectral, Acoustic/Seismic, and Millimeter Wave/Microwave; c) submissions should estimate probabilities of detection and false alarms for the different test targets under realistic clutter environments and should identify expected sources of interferences/false alarms; d) submissions s hould describe the signal/image analysis and/or fusion approaches and automatic target recognition (ATR) techniques employed. Vendors are requested to provide the following information in their submissions: Capability Summary: a. Device name, brief description of technology, and system specifications (including relevant parameters such as bandwidth, resolution, field of regard, range, etc.); b. Ty pes of pressure plate devices (see list below) that the system can detect and estimate probabilities of detection and false alarms for the different test targets under realistic clutter environments and identify expected sources of interferences/false alar ms; c. Estimated standoff range (sensor to target) and/or description of proposed remote operation; d. Known limitations for buried pressure plate detection applications (e.g. cannot penetrate 1 cm of dry soil, cannot penetrate 1 cm of moist/wet so il, cannot detect non-ferrous targets, etc.); e. Other agency testing performed to date, estimated TRL, points of contact and phone numbers for references; f. Other agency purchase or field trials to date, points of contact, phone numbers and email addresses for references; g. Size and weight of device; h. Power requirements; i. Environmental requirements; j. Unit cost at less than 10 units and 150 unit quantities; k. Electrical safety and RF emission compliance (Indicate if syst em is DoD 1494 RF spectrum approved/compliant); l. Concepts of operation; m Estimated rate of advance in search mode (km/hr) and coverage rate (square km/hr); n. Please state whether or not your company is considered a small business or a large business. If you are a small business, please also indicate if you are an 8(a), HUBZone or Service-Disabled Veteran-Owned business; o. If you hold a GSA Schedule contract (874 or other), please provide the Schedule number. Each respondent sho uld also provide point of contact information to include: company name, contact name, company Address, website (if applicable), contact phone number, and contact email address. Responses should be submitted no later than close of business on 15 A pril 2008. Responses should be emailed to pat.davis@us.army.mil with a copy to mark.locke@us.army.mil. The subject of the mail message shall be: W909MY-08-Q-0003, Market Research Response, Your Companys Name. If the submission can not be made via emai l due to size constraints, the package may be mailed to US Army CECOM Acquisition Center - Washington, 2461 Eisenhower Ave, Room 1126, Attn: AMSEL-AC-WB-B (Ms. Patricia Davis), Alexandria, VA 22331-0700. All questions of a technical nature should be addre ssed to Mr. Mark Locke, Chair, JIEDDO Pressure Plate Working Group, at mark.locke@us.army.mil. All contractual questions should be addressed to Ms. Patricia Davis, Contracting Officer, at pat.davis@us.army.mil. NO TELEPHONIC QUESTIONS WILL BE ACCEPTED. < BR> The Government may elect to conduct one-on-one discussions with Industry based on its analysis of the RFI responses, the quality of submission, and the level and specification of the information provided. Please note the Government is under no oblig ation to conduct these sessions. The information provided in response to this RFI will be used to support urgent, on-going, initiatives within DoD to analyze emerging requirements for Coalition and Partner Nation systems and may ultimately result in the Go vernment developing and issuing a RFP for respondents. The above information is provided for information only and is not a Request for Proposal or announcement of a solicitation. This Request for Information does not constitute an invitation for bid or Req uest for Proposal, and is not to be construed as a commitment by the Government to issue a contract or order. The Government will not pay for any effort expended or any material provided in response to this announcement nor will the government return any d ata provided. It is desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data may be include d with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum.?
 
Web Link
Interactive Business Opportunities Page
(https://abop.monmouth.army.mil)
 
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
SN01533060-W 20080316/080314230816 (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.