Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2009 FBO #2645
SOURCES SOUGHT

59 -- Joint Program Manager for Guardian - Unmanned Ground Sensor (UGS) System

Notice Date
2/20/2009
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY09RUGSS
 
Response Due
3/20/2009
 
Archive Date
5/19/2009
 
Point of Contact
Peter Wallace, 508 233 4370<br />
 
Small Business Set-Aside
N/A
 
Description
This announcement is a Request for Information (RFI) for Commercial and/or Government Off the Shelf (COTS/GOTS) products, systems, and subsystems that meet the Armys requirements for Unattended Ground Sensors (UGS) This RFI will be used to identify potential COTS/GOTS products and sources capable of meeting these requirements and to assist the Government in establishing an acquisition strategy to meet ongoing Army fielding demands. Responses to this RFI must be received no later than March 20, 2009 per instructions below. Applicable documents, include the UGS RFI questionnaire and UGS RFI requirements checklist which can be downloaded from the Natick Contracting Division (NCD) website at: https://www3.natick.army.mil Business Opportunities Upcoming Acquisitions JPMG Unmanned Ground Sensor (UGS) System https://www3.natick.army.mil/mastsoldet.cfm?recordID=W911QY09RUGSS The DoD Joint Project Manager for Guardian (JPMG) is conducting this RFI to identify potential sources for products, systems and subsystems that meet and address the Army requirements. To date, DoD has relied on the Battlefield Anti-Intrusion System (BAIS), AN/PRS-9 to meet this requirement. This RFI will be used by JPMG to determine the appropriate acquisition approach to field a system that meets the requirements. JPMG is seeking information regarding COTS/GOTS UGS systems that will provide for the protection of small units, critical assets, and facilities on and off installations under all levels of conflict. It should be a compact, modular, sensor-based warning system that is used as either a tactical stand-alone system, or as a supplemental device for other security missions. The major functions of the system are to provide early warning and situational awareness information that is used and processed at the platoon, company, and battalion levels. The system shall provide intrusion detection and warning coverage across a platoons defensive front (450 meters), and transmits alarms to the receiver over two kilometers away. The system must meet the threshold requirements contained in the UGS RFI Requirements Checklist. The system shall provide small units and tactical commands a vital early detection, classification, and warning of personnel, wheeled, or tracked movement over two kilometers from the monitoring point. The intent of this RFI is to identify COTS/GOTS products which meet the Armys requirements, and show appropriate cost, schedule, and/or performance benefit to support the acquisition strategy. The Government does not intend to conduct additional research and development that may be necessary to complete or modify the design of a proposed product, nor conduct developmental testing. Interested companies with products, systems and subsystems which they believe address the requirements listed in the UGS RFI Questionnaire and Requirements Checklist are requested to provide information regarding their product in response to this RFI. Responses will be evaluated to: Determine ability of products to meet the requirements; Determine the availability of these products; Identify cost/schedule/performance benefit tradeoffs; Establish an acquisition strategy to meet requirements. Interested sources are required to complete the UGS RFI questionnaire and UGS RFI requirements checklist which can be downloaded at the NCD website link provided above. Additionally, interested sources must provide supporting data to support the performance claims, to include the mandatory documents specified below. The RFI questionnaire covers required technical performance, demonstrated production performance, and logistical support for the equipment and the program, as well as identification of additional cost and time that may be required to modify a proposed product to meet the requirement. Accompanying supporting documentation will be used to substantiate information provided in the RFI questionnaire. Mandatory RFI Submission Documents: Materials Safety Data Sheet (MSDS) for proposed equipment and/or components; Government Evaluation Reports on testing performed on the proposed components and system; Documentation of production readiness and continued support, to include availability of training and technical manuals; Quality Assurance program documentation; Completed RFI Product Questionnaire; Completed RFI Requirements Checklist. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI will not be returned. Responses to this RFI are not offers for contract award, and will not be used by the Government to form a binding contract. Offerors are solely responsible for all expenses associated with responding to this RFI. Respondents having products that they believe would be suitable for application as described herein shall submit hard and electronic copies of all requested items, and supporting documentation as deemed appropriate. Interested parties shall submit information directly to the Contract Specialist, Mr. Pete Wallace (Peter.Wallace@natick.army.mil), (508) 233-4370. Information must be received no later than 4 PM EST, March 20, 2009. No telephonic responses will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=84f75475c6d32e3c814d6c974cec59e2&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA<br />
Zip Code: 01760-5011<br />
 
Record
SN01754248-W 20090222/090220215255-84f75475c6d32e3c814d6c974cec59e2 (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.