Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOURCES SOUGHT

58 -- Husky Mounted Detection System Support

Notice Date
9/9/2010
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
CECOM Contracting Center,Washington (CECOM-CC), ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY10QHMDS
 
Response Due
9/27/2010
 
Archive Date
11/26/2010
 
Point of Contact
MICHELLE HODGES, 703-704-0846
 
E-Mail Address
CECOM Contracting Center,Washington (CECOM-CC)
(michelle.hodges@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Contracting Center, CECOM Contracting Center Washington, on behalf of the Product Manager for Countermine & EOD (PM CM&EOD) is seeking sources to provide additional Husky Mounted Detection Systems (HMDSs), spare parts and support services for the currently deployed systems in support of Operation Enduring Freedom (OEF). The HMDS is a counter-Improvised Explosive Device (IED)/counter-mine system with the capability to detect underbelly IEDs, pressure plates used to detonate IEDs, and antitank (AT) landmines which are buried in primary and secondary roads. The HMDS provides a critically required advanced high-performance ground penetrating radar (GPR) which is capable of detecting buried non-metallic and metal-cased threats, including IEDs that are constructed of bulk explosives and low-metal pressure plates. Additionally, it provides precise marking of the locations of the buried IED and AT landmine threats. SYSTEM REQUIREMENTS: Information is sought for companies having technology, qualifications and capabilities to field a ground vehicle mounted, high performance ground penetrating radar (GPR) to detect buried in-road (under-belly attack) IEDs and AT landmines. Maturity for this market research is defined as a minimum GPR technology readiness level (TRL) of 8 in an operational environment. The GPR must be capable of using algorithms for automatic target detection in real time to permit physical marking of the road surface above a target before the host vehicle is past the target. The system should be able to achieve the following Performance Objectives: detection of IEDs and AT mines on primary and secondary roads with a high probability of detection ( greater than or equal to 0.90), and a low false alarm rate (less than or equal to 0.001 per square meter), with detection speeds greater than 5 kilometers per hour; and the following Technical Objectives: (a) Integration of an existing or modified detection system with a selected military vehicle to include an interface to be operated by an on-board soldier (b) Limited contractor performance and environmental testing of the detection system to verify satisfaction of the performance objectives; and (c) Support of limited testing by soldiers to verify suitability for production and deployment. Support services for HMDS hardware are sought to provide the following at both CONUS and OCONUS locations: installation of systems on Husky Towing/Mine Detection Vehicles (both Mark II and Mark III versions), all levels of maintenance and repair of HMDS hardware, and the training of units receiving the HMDS. Support personnel will meet all requirements for OCONUS deployment and the Contractor will provide deployed personnel support, such as work space and equipment, electrical generators, computers, tools, non-tactical vehicles, etc, in areas where support may not, or cannot, be provided by the Government TRAINING SERVICES: Training consists of instruction in system capabilities, operation, concept of operations (CONOPS), tactics, techniques and procedures (TTPs) and the interpretation of GPR imagery. Training will include both classroom instruction and hands-on field experience. All training will take place at designated CONUS and OCONUS locations. Training also includes the development and supply of all required training materials and manuals. MAINTENANCE SERVICES: Maintenance and repair services for the HMDS include those tasks that are beyond those identified in the HMDS Operator and Field Level Maintenance Manual (-13&P). Maintenance also includes diagnosing and repairing HMDS hardware and software. Maintenance and repair services include all levels of repair up to Forward Depot Repair of Line Replaceable Units (LRUs), Depot Repair or return of items for Original Equipment Manufacturer (OEM) repair. All maintenance records will be maintained in a database as required by the Government. SPARE PARTS: The spare parts sought include all of the parts required to maintain the HMDS at all levels of repair including forward depot and depot repair. Pack, wrap, ship and marking services will be provided by the Contractor for all spares. All supply support activities required by the Government, such as inventory management and usage data, will be provided by the Contractor. Property accountability support as required by the Government will be provided by the Contractor. All required logistics documentation, such as provisioning documentation and cataloging of spare repair parts, will be provided by the Contractor. All responsible sources capable of supporting HMDS in any of the above areas (systems, training services, maintenance services or spare parts) are requested to submit a White Paper outlining a description the contractors experience in providing spare parts and performing maintenance and training services for currently fielded detection systems in wartime and organizational capabilities. Respondents are asked to limit their submission to no more than 10 pages. This notice is not a Request for Proposal and the Government does not intend to pay for information submitted. No contract award will be made on the basis of responses received; however, the information will be used in the assessment of capable sources. It is desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Technical questions concerning this announcement may be submitted via email to Mark Cumo at mark.cumo@us.army.mil. Questions of a contractual nature should be directed to Ms. Michelle Hodges, Contracting Officer at michelle.hodges@us.army.mil. NO TELEPHONIC QUESTIONS WILL BE ACCEPTED. Responses should be submitted by 4:00 p.m. on 27 September 2010. The subject of the mail message shall be: W909MY-10-Q-HMDS Market Research Response, Your Companys Name. All responses must be submitted via e-mail to the attention of Michelle Hodges at michelle.hodges@us.army.mil. Acknowledgement of receipt will be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0176b490cd7bd92c2cfafc19c2c42dbb)
 
Place of Performance
Address: CECOM Contracting Center,Washington (CECOM-CC) ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02274716-W 20100911/100909235741-0176b490cd7bd92c2cfafc19c2c42dbb (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.