Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOURCES SOUGHT

A -- Unmanned Ground Vehicle (UGV) for Radiological Debris Sample Collection

Notice Date
9/22/2009
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
NTDP1
 
Archive Date
1/28/2010
 
Point of Contact
Silinda Johnson, Phone: 703-767-3529
 
E-Mail Address
Silinda.Johnson@dtra.mil
(Silinda.Johnson@dtra.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This is a SOURCES SOUGHT NOTICE; there is no solicitation available at this time. No response will be provided for requests for a solicitation. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. The Defense Threat Reduction Agency (DTRA) seeks potential performers for the development of an Unmanned Ground Vehicle (UGV) for Radiological Debris Sample Collection. The UGV will be an unmanned semi-autonomous/fully autonomous all-weather sample collection platform. The purpose of the UGV is to assist in the assessment and collection of radiological samples in areas too dangerous for manual collection. The system will be capable of operator directed autonomous navigation, with the ability to operate in radiation contaminated areas, accomplish operator directed samples collect, and return samples for processing. The system will aid in the observation of tactical/technical objectives in dangerous areas Beyond Line of Sight (BLOS) of the user. The UGV will perform collection and reconnaissance tasks while permitting the operator to remain at a safe distance away (at least five (5) miles) from the sample collection site, which will include both Line of Sight (LOS) and Beyond Line of Sight (BLOS) operational scenarios: • Conduct extended missions with duration up to 6 hours and as long as 10 hours; • Traverse improved surfaces with a top speed of 15 KPH and a desired top speed of 20 KPH; • Negotiate 8”of mud, sand or snow; ford 24” of still water; • Traverse side slopes not to exceed 40%, accelerate and stop/hold on 60% longitudinal slopes and traverse approach and departure angles of 40%; • Negotiate a variety of terrains including flat surfaces, rolling hills and open urban environments and negotiate a vertical obstacle up to 16” without damage to sample collection tools, antennas, or radiation detectors; • Employ a way-point following navigation system with full navigational autonomy and obstacle avoidance capabilities; • Communicate with the GCS to receive commands, give status, and send data and video images and record site location with GPS coordinates. The UGV manipulator arm must be capable of at least six (6) degrees of freedom, capable of lifting 60 lbs at the maximum arm extension of 4’with a desired 100lbs full extension lift capability: • Operate autonomously while allowing operator override authority at any time; • Utilize a single gripper capable of operating sample collection tools as well as perform intricately with heavy loads; • Have a gripper capable of push/pull extension capable, and incorporate semi-autonomous sample drop-off capabilities. The overall sample collection system will be capable of collecting, storing and transporting, six debris samples weighing 2kg each, six vacuum samples weighing 0.25kg and six smear samples for analysis. Provide real time radiological dose rate and accumulated dose data using on board detectors: • Capability of downloading spectrum data for offline analysis; • Capable of operator directed radiological scan; • Capable of capturing and transmitting the sample weight, radiological activity, and radiological spectrum; The UGV shall have proper lift, tow, and tie down points, and meet requisite size and weight requirements, to be driven into and internally transportable in a High Mobility Multipurpose Wheeled Vehicle (HMMWV) trailer M103A2 or equivalent: • Maximum transportable width 50” • Maximum transportable length 86” • Maximum transportable height 96”{height limits on a military standard shipping container/pallet) • Maximum weight 4,000 lbs This system will be a modular configuration and will be capable of employing various sample collection and detection and identification systems. The system will be inherently simple to use, easy to assemble, survivable, durable, multi-functional, and easily transportable by air or truck. If a single performer is not able to deliver all the required capabilities then the use of multiple performers is acceptable, with a primary and a sub or multiple subs. Sources sought responses shall reflect corporate information and a capability summary reflecting experience related to the above areas. Responses are to be limited to no more than five pages. Company information should include qualifications and experience in work of this nature, point of contact, phone number, fax number, e-mail address, CAGE code, DUNS Number, business size, and small business classification (8(a), HUBZone, etc.), if applicable. Any information submitted in response to this Sources Sought Notice is strictly voluntary. This synopsis is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. Responses shall be submitted no later than 2:00pm EST on 13 January 2010. Electronic responses are recommended and encouraged, and shall be submitted to Ms. Lucy Johnson at silinda.johnson@dtra.mil. Non-electronic responses, though not preferred, may be submitted via facsimile to 703.325.4441 to the attention of Ms. Lucy Johnson. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available. Requests for the same will be disregarded. There is no commitment by the Government to issue a solicitation, to make award or awards, or to be responsible for any monies expended by any interested parties in support of any effort in response to this Sources Sought Notice. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/NTDP1/listing.html)
 
Place of Performance
Address: Performance shall be conducted at the contractor's facility., United States
 
Record
SN01965789-W 20090924/090923002332-48cdb6c3f4c689b8d647649b7086562c (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.