Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
SOURCES SOUGHT

58 -- Handheld Explosive Hazards Detection System

Notice Date
3/10/2011
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device 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
W909MY-11-Q-HEHD
 
Response Due
4/7/2011
 
Archive Date
6/6/2011
 
Point of Contact
Patricia Davis, 703-704-0820
 
E-Mail Address
CECOM Contracting Center,Washington (CECOM-CC)
(pat.davis@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command - Aberdeen Proving Grounds (C4ISR) Sector W on behalf of the US Army Research, Development and Engineering Command, Communications-Electronics Research, Development, and Engineering Center, Night Vision and Electronic Sensors Directorate (NVESD), Countermine Division, is seeking sources of fully-tested handheld explosive hazards detectors suitable for immediate full rate production and fielding to US Army Warfighters. Subject handheld detectors shall be able to detect subsurface explosive hazards of all types to include Improvised Explosive Devices and triggering mechanisms, constructed of metal, plastic or wood, under all types of weather conditions, and in all types of terrain. Specifically, sources are sought for a detector that is Technical Readiness Level 6 or higher and that can achieve all of the following system performance specifications: 1) detect 96% (or better) of targets with a false alarm rate of no more than 3 false alarms per 5 square meters; 2) detect targets on the surface and up to 30 centimeters (12 inches) below the surface; 3) the total system weight must not exceed 8 pounds; 4) audio and/or visual alerts of a target must be in near real-time (less than or equal to 1/30th second); 5) if the system is comprised of more than one sensor, then each of the sensors must be capable of being operated in combination or separately as determined by the operator; 6) the system must have an independent power source (e.g., battery power) and provide an operational time of greater than or equal to two hours without battery change; 7) the system must include a Built-in-Test (BIT) capability to provide clear indication of sub-system and system-level faults; 8) the system must be capable of being operated, maintained, and repaired in its operational environment by personnel with a minimum of training; 9) the system must be sufficiently rugged to withstand field operation, maintenance, and transport within military operational environments; 10) the system must be maintainable and transportable by 5th through 95th percentile soldiers dressed in the Battle Dress Uniform, worn in combination with Body Armor, cold-wet weather protective clothing, or the protective ensembles for Mission Oriented Protective Posture (MOPP) Levels I through IV; 11) operator visual displays, if any, must be compatible with night vision devices and provide sufficient contrast between all displayed information and the display background to ensure that the required information can be perceived by the operator under all expected lighting conditions. Firms possessing the capabilities to satisfy the requirements through Commercial or Non-Developmental Items (NDI) systems or commercial or NDI system components are invited to submit a 10 page White Paper providing a description of their system. The White paper shall include as a minimum: (1) a description of the system and validating information supporting claims that the proposed system meets the system performance specification; (2) Test Report data to include verified Probability of Detection (Pd) and False Alarm Rate (FAR) from an official U.S. Government Test and Evaluation (not included in the page count); (3) product literature; (4) past performance information; and (5) price schedules/catalogues (not included in the page count). Respondents must also include information regarding: (1) customary practices, including warranty, discounts, etc., under which commercial sales of the products are made; and (2) requirements of any laws and regulations unique to the item being acquired. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. Response to this Sources Sought should be received no later than 31 Mar 2011. Offerors are responsible for any costs associated with preparing responses and/or acquiring test data. The preferred method of submission is via electronic mail. The submission shall be made to Ms. Jane Borden at Carol.jane.borden@us.army.mil. The subject of the mail message shall be: Handheld Explosive Hazards Detection System Market Research Response, Your Company's Name. If the submission can not be made via email due to size constrains, the package may be mailed to US Army Contracting Command - APG (C4ISR), Sector W, Attn: Ms. Jane Borden, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863. If the package is mailed via land, an electronic mail message should be sent to notify Ms. Borden. Any questions regarding the submission of materials should be addressed to Ms. Borden, Contract Specialist at carol.jane.borden@us.army.mil or Ms. Patricia Davis, Contracting Officer at pat.davis@us.army.mil. Submission of this information is for planning purposes only and is not to be construed as a commitment by the government to procure any items/services, or for the government to pay for the information received. No solicitation document exists.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6c89de4537870322593e970a61cc6dd1)
 
Place of Performance
Address: CECOM Contracting Center,Washington (CECOM-CC) ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02398228-W 20110312/110310234759-6c89de4537870322593e970a61cc6dd1 (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.