Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOURCES SOUGHT

60 -- In-Ground Fiber-Optic (FO) Sensors and/or Systems

Notice Date
7/9/2008
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Vicksburg, Vicksburg Consolidated Contracts Office, Vicksburg, ATTN: ERDC, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W81EWF81687093
 
Response Due
7/15/2008
 
Archive Date
9/13/2008
 
Point of Contact
brandy.ellison, 601-634-4679
 
Small Business Set-Aside
N/A
 
Description
The Government is interested in obtaining information regarding sources to provide materials and services associated with in-ground fiber-optic (FO) sensors and/or systems for detecting, classifying, and localizing acoustic disturbances associated with surface/subsurface threat activity. The ERDC objectives include deploying a FO system in multiple arid environment and test system electronics, signal processing algorithms, and automatic detection, classification, and localization (DCL) capabilities, demonstrating the ability of such a system to provide actionable information to US Military personnel in a timely manner. After a successful deployment, ERDC will require support for a FO system for at least 90 days to further prove the operational utility of such a system. These Government tests will consist of two phases that will last three and half months each. The ERDC requires support of the following tasks: Task 1 - purchase/supply all FO related equipment and supplies, Task 2 - support the installation of the FO cable at the site for Phase I, Task 3 - demonstrate the systems acoustic disturbance detection, classification, and localization capabilities during Phase I, Task 4 - manage the Phase I demonstration/ test planning, execution and analysis, Task 5 - support the installation of the FO cable at the site for Phase II, and Task 6 - demonstrate the systems acoustic disturbance detection, classification, and localization capabilities during Phase II. The governments requirements include fiber-optic sensing system technology development and demonstration and may include, but not limited to: Fiber-optic sensing system (government desired attributes) One or more arrays and interrogators Fiber encapsulation for longevity High sensitivity low noise sensors Multiple sensing zones Scalability to large parameters/areas Audio capability data for each sensing zone Low false alarm probability High probability of detection User interface Alarm notification GIS map based display Detection classification localization capability Multiple intruder/ incursions simultaneously Environmental adaptation Real time/Near real time updating of zone information Alternative sensor architectures Laboratory experimentation with FO systems Engineering analysis, and modeling and simulation Bread boarding, brass boarding or prototyping for testing (if required) Hardware fabrication (if required) Software development (if required) Integration and testing Laboratory demonstration (if required) This Sources Sought is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). This Market Survey is not to be construed as a commitment by the U. S. Government. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this Market Survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this Market Survey. Respondents will not be notified of the results of this survey or results of information submitted. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 10 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. The Government respectfully requests information on or before 3:30 PM CST, Tuesday, July 15, 08. Please provide capability statements to Brandy Ellison, Contract Specialist, ERDC Contracting Office, 3909 Halls Ferry Road, Bldg. 1003, Vicksburg, MS 39180-6199, or email at Brandy.M.Ellison@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f53809870b63cae59d935b1b94dac56b&tab=core&_cview=1)
 
Place of Performance
Address: ERDC Contracting Office 3909 Halls Ferry Road Vicksburg MS
Zip Code: 39180-6199
 
Record
SN01609746-W 20080711/080709221310-f53809870b63cae59d935b1b94dac56b (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.