Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2008 FBO #2315
SOURCES SOUGHT

58 -- Request for Information (RFI)- Acoustic Gunshot Detector System.

Notice Date
3/27/2008
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-08-R-S379
 
Response Due
4/30/2008
 
Archive Date
6/29/2008
 
Point of Contact
Summer Spalliero, 732-427-1419
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(summer.spalliero@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
MARKET SURVEY: Request for Information (RFI) TITLE: Acoustic Gunshot Detector System This request for information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are respo nsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information submitted in response to this RFI. The government is conducting market research to determine the status of currently available low cost mature commercial products capable of providing near real time 360 degree field of vision counter sniper situational aware ness for US troops and to improve detection and neutralization of sniper and other precision small arms fire threats. For purposes of this RFI, a mature solution would need to be classified at a Technology Readiness Level of at least 9, Integration Readine ss Level of 5 and a Manufacturing Readiness Level of 10. The system must be currently qualified, by a certified testing entity, in accordance with MIL-STD-461E Interface Standard Requirements for the Control of Electromagnetic Interference Characteristics of Subsystems and Equipment and MIL-STD-810F Environmental Testing (Shock, Vibration, Solar, and Sand). This capability is referred to as the Acoustic Gun Shot Detection System (AGDS). Any AGDS configuration must be fully integrated with existing Vanguard and Doubleshot (DS) systems that are currently being fielded by the Army. The AGDS software interface will have ASCII based over TCP connection to integrate to the Vanguard and the DS systems currently fielded. The AGDS hardware interface will be via an E thernet cable. Additionally, because AGDS will be installed on a variety of mobile ground based platforms such as HMMWV, MRAP and Stryker vehicles, the government is interested in the delivery of individual platform integration kits (IK) with a goal of lim iting the number of individual installation kits through the use of a universal vehicle integration and installation kits. In addition to the AGDS and IKs, the government would have a need for initial spares, new equipment training (CONUS and OCONUS) and technical documentation. Salient AGDS performance characteristics include the following: 1. Passive acoustic detection, computer-based signal processing, and both aural and visual indications to help troops locate the shooter, reporting r elative shooter azimuth, range, and elevation from incoming small arms fire. 2. Operates when the vehicle is stationary or moving, using a single mast-mounted, compact array of microphone(s). 3. Detects small arms fire traveling toward t he vehicle for bullet trajectories passing within approximately 30 meters of the mast and shooters firing at maximum effective weapons ranges. 4. Isolate the shooter to a single location and in this scenario will provide a message identifying the sh ooters position relative to the AGDS Mast/Hub. 5. Detection is required in less than a second. 6. Prevent system false alarms caused by non-bal listic events such as road bumps, door slams, wind noise, tactical radio transmissions, and extraneous noise events (vehicle traffic, firecrackers, and urban activity). 7. Does not alert when shots are fired from the vehicle. AGDS size, weig ht and power considerations include: 1. Operates on moving vehicles up to 60 mph, all terrains and environments (open field/urban) 2. Detects shooter on first round fired under all environmental conditions (day/night/fog/rain/snow/sandstorm) 3. User Outputs: Visual/Aural. Custom LED display of relative shooter azimuth, alphanumeric display, and integrated speaker. Military 10-digit grid coordinates displayed in standby mode. 4. Simple Operation: On/Off switch, no calibration r equirements 5. Built-in system diagnostics and Ethernet interface 6. Shot Detection: greater than 95 percent of supersonic projectiles 7. Bearing Accuracy Error: less than 2.5 degrees RMS 8. Range Accuracy Error: less than p lus or minus 15 percent 9. Elevation Accuracy Error: less than 2.5 degrees RMS/local tilt 10. Response Time: From detection of gunshot to information output: less then 1.5 sec. 11. Operation on moving vehicle: Up to 60 mph, all terr ains. 12. Size  Display: 7.25 inches wide x 4.75 inches high H x 3.25 inches deep 13. Size - Mast/Array; 3 feet long (approximately 7 feet high when installed) with 22 inch diameter array 14. Weight-Total System: less than 15 lbs. < BR> 15. Power: less than 25 Watts 16. Supply Voltage: 18-30 Vdc 17. Data Interface: Ethernet or USB 18. Operating Temperature Range: 0 degrees to 50 degrees Celcius 19. Shock/Vibration: MIL-STD-810F 20. System Cal ibration: None required, all microphone(s) replaceable (unmatched) 21. False Alarms: None due to wind noise, bumps, door slams 22. Return Fire Suppression: No alert from outgoing fire 23. System Diagnostics: Built-in test at boot up . Microphone test using standard whistle 24. Vehicle Installation: HMMWV, less than 2 man hours Depending on the results of this market research the government is contemplating award of a low rate initial production contract during which sy stem production, qualification and integration testing would be conducted on an accelerated basis over the course of 3-6 months. This initial phase would be followed by a full rate production effort where it is envisioned that a quantity of up to 3000 act ive and 2500 inactive (decoy) would be delivered in less than a 12 month period. Initial sparing is anticipated to be 5-10 percent of the total quantity of active systems and shall be delivered concurrently with each system lot. The objective production s chedule and ramp up for the active and decoy systems is: 100 each type 30 days after contract award (DAC); 240 each type 60 DAC; 480 each type 90 DAC; and 420 each subsequent month until the last delivery month. Interested parties should address the above and provide the following information as part of their response to this RFI: Information submitted must be complete descriptions of existing products that will be available for delivery within the timeframe indicated above. Industry m ust include sufficient documentation to support any claims that their system performance will meet the minimum performance capabilities contained herein. Limit documentation to include system technical specifications, performance test data, system drawings and/or photographs, or any other data to support the state of system development and or production readiness; marketing information will not be accepted. All material submitted in response to this RFI must be unclassified. Interested parties poss essing the capacity to deliver products meeting the requirements outlined above are requested to provide a White Paper describing the approach to produce, manag e and meet the production requirements established above and should address the following items: 1. Corporate capabilities, past and current relevant performance information, available facilities and assets 2. Technical and management appro ach for executing a program to include a detailed design; procurement of subsystems and components, rigorous contractor test and integration data; supporting technical documentation; and, operation and sparing considerations. 3. Potential production ramp up rates by month for both the AGSDs and IKs. 4. Outline of supply chain considerations with emphasis on any known long lead items, critical subcontractor and vendor production capacity and foreign manufactured items that may adversely impact high rate production in an accelerated environment. 5. A cost estimate (rough order of magnitude basis) to include unit pricing for meeting AGDS and IKs production schedule, initial provisioning and sustainment spares, testing, new equipment train ing (CONUS and OCONUS) and technical documentation. 6. A supporting program schedule that represents a low risk approach to meeting the objectives outlined above. 7. An assessment of the associated risks for this program and respective risk m itigation approaches. 8. Identify any proprietary data applicable to the systems (particularly external interfaces) and whether the Government would be provided unrestricted rights to technical data or computer software. 9. Predicted or act ual reliability of the systems and the methodology used to determine the reliability. 10. Evidence of the systems past performance and how the performance was measured. 11. Duns & Bradstreet Report (Business Information Report) 12. In clude cage code, DUNs number, and size and status as listed in the Central Contractor Registration (CCR). 13. Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. < BR>Responses are to be and submitted via email to andrew.gilman@us.army.mil by 1600 hours on 18 April 2008. Technical questions and industry responses are to be sent via email to andrew.gilman@us.army.mil. Commencing in early May, 2008, the Governm ent may afford Industry an opportunity to discuss the contents of their White Papers during an industry one-on-one session where it is envisioned the parties will engage in an active information exchange dialogue to aid in the Government's feasibility asse ssment. It is anticipated that any such sessions would not exceed 4 hours and will take place at Fort Monmouth, NJ.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01543453-W 20080329/080327224953 (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.