Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2008 FBO #2503
SOLICITATION NOTICE

A -- Unattended Ground Sensor (UGS) Human versus Animal Classification

Notice Date
10/1/2008
 
Notice Type
Modification/Amendment
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
DHARFI091608
 
Response Due
10/11/2008 5:00:00 PM
 
Archive Date
10/26/2008
 
Point of Contact
Renee Bayton,, Phone: (202) 254-5387
 
E-Mail Address
renee.bayton@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
1.0 Request for Information (RFI) 1.1Introduction The Department of Homeland Security, Science and Technology Directorate (DHS S&T), is seeking information on the availability of software/hardware associated with Unattended Ground Sensors (UGS) for classifying humans from animals. UGS sensors used for border security currently employ seismic, non-imaging Passive Infra Red (PIR), acoustic, or magnetic sensors. Personnel illegally walking across the border can be detected by the seismic, PIR, or acoustic sensors. However, these same sensors can be triggered by medium to large size animals (deer, burro, moose, livestock, etc). The classification capability to distinguish between humans and animals may involve software that would work with existing UGS sensors, hardware additions that would make existing sensors more capable, or new sensors. Any modifications to the UGS package for reliable classification should not raise the cost of current generation of UGS nodes significantly. For example, the incorporation of an expensive infrared camera into an UGS system (with transmission of imagery of a detected object) that significantly increases the system cost, does not meet the intent for this RFI. Sources able to satisfy the capabilities below are invited to submit information describing their capability. The submittal will include as a minimum: 1)A description of the enhanced UGS system that clearly identifies, (i) where non developmental items would be utilized, (ii) where modification to existing items are required, and (iii) where new developmental items are required. 2)Expected performance of hardware/software for detecting and classifying humans versus animals that walk by the UGS system. 3)Theoretical analysis and/or test results that validate the classification concept 4)Any environmental or terrain conditions that might affect or limit the detection and classification performance. 5)Cost and schedule estimates for prototype UGS nodes with classification of humans from animals. 1.2RFI Operations Current UGS systems deployed for border security normally contain a sensor/sensors subsystem to detect the presence of an object in the immediate area, a communications subsystem for reporting the presence of an object in the area, a power subsystem, and a control subsystem. The UGS system is typically buried with only the antenna for communications and in some cases the sensors (PIR, acoustic) exposed above ground. Prerequisites for an UGS system to be successful are to be covert and to consume low average power for a long lifetime. Changes to an UGS system to permit classification of humans from animals or other sources should impact the covertness and lifetime of the UGS system as little as possible. This RFI does not intend to limit the approaches used for classifying humans from other sources that trigger an UGS sensor. The classification approach may involve -Signal processing approaches used with existing sensors -Data fusion approaches that may use information from multiple UGS in a geographical area or multiple sensor types employed with a single UGS system -Modifications to existing sensor types (seismic, PIR, acoustic) that will provide additional information that permits classification of humans -New sensor types that allow for human classification 1.3Performance Features It is desired that the enhanced UGS system be able to: 1.Detect: humans walking at ranges consistent with or better than current, conventional, UGS sensor capability (25 meters or greater for seismic and PIR) 2.Classification: human versus non-human at 90% reliability for events that may trigger the UGS sensor/sensors as to the presence of a moving object in the immediate vicinity; higher signal to noise ratio requirements may decrease the classification range from the detection range but it is expected that the classification range will be at least 75% of the detection range 3.Environment: Operate in the environmental conditions typically encountered along the southern, northwest, and northeast border regions of the United States 4.System Lifetime: Will not degrade system lifetime substantially from current UGS configurations and that a minimum lifetime of 1 year on battery is feasible 5.UGS Node Costs: As a goal, the classification capability should not increase the cost of current generation of UGS nodes (in production) by more than ~25%. 2.0 Responding to This RFI 2.1 General Guidelines • White papers should be no more than thirty (30) pages in length including any and all appendices and attachments. • Submissions must be received no later than 5:00 PM, U.S. Eastern Standard Time, 10 October, 2008. • Any company proprietary information, performance capabilities and/or future modification plans should be clearly identified and marked. • Companies are solely responsible for any and all expenses incurred pursuant to responding to this RFI. • This RFI is issued solely for purposes of conducting market research and does not constitute any current or future commitment by the Government. No contract will be award under this RFI. • Unsolicited proposals in response to this RFI will not be considered. • Provide any input on price or desired price. 2.2 Content of Submissions One electronic submission in machine-readable format (typically PDF, ASCII, or MS Word format) should be sent electronically to the DHS S&T Contract Specialist: Renee J. Bayton Contract Specialist Department of Homeland Security Headquarters Office of Procurement Operations Science and Technology (S&T) Acquisition Division Phone: 202-254-5387 renee.bayton@dhs.gov Submissions should include: • A one page cover letter that provides a brief summary of the response and indicating if supporting documentation is included. • A white paper that addresses all areas of information requested by this RFI. Describe any information relative to what capabilities are possible now, and what additional capabilities may be achievable over the next 12 to 18 months. 2.3 Company Contact Information Respondents shall designate a single point of contact for receipt of all information pursuant to this RFI. 2.4 Requests for Additional Information The government will evaluate the material submitted, and may contract some, all or none of the respondents for additional information. Questions and requests for additional information should be sent to the Primary Point of Contact (DHS S&T Contract Specialist) ten days prior to closing date. 2.5 For the purpose of this RFI, input will be taken from all source. Contracting Office Address: Office of the Chief Procurement Officer Washington, District of Columbia 20528 United States Primary Point of Contact: Renee J. Bayton Contract Specialist renee.bayton@dhs.gov Phone: 202-254-5387 Fax: 202-254-5393
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b99239f3ee2ff22f29f648819421ed03&tab=core&_cview=1)
 
Place of Performance
Address: United States
 
Record
SN01687028-W 20081003/081001223144-b99239f3ee2ff22f29f648819421ed03 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.