Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2011 FBO #3660
SOURCES SOUGHT

A -- Sources sought for development of Mine Stalker III Anti-Tank Landmine Detection System to Evaluate in Live Minefield Enviroments

Notice Date
11/30/2011
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG (C4ISR)-DC, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-12-R-MSIII
 
Response Due
1/4/2012
 
Archive Date
3/4/2012
 
Point of Contact
Charlene Buduo, (703) 704-0860
 
E-Mail Address
ACC-APG (C4ISR)-DC
(charlene.buduo@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Night Vision and Electronic Sensors Directorate, Countermine Division, Humanitarian Demining Branch, is seeking sources for building and delivering a Mine Stalker III, anti-tank (AT) landmine detection system. The Mine Stalker III system, previously developed by the Humanitarian Demining Branch, integrates a Niitek ground penetrating radar (GPR) array with navigation and positioning sensor data onto an AT mine survivable commercial-off-the-shelf (COTS) Multidrive 4x4 tractor to accurately detect and mark suspect AT mine locations in roads. The Government seeks to procure a second prototype Mine Stalker III to evaluate performance in multiple geographical locations. The intent of this market research is to identify potential sources for building and delivering a second Mine Stalker III system and associated spare parts for a humanitarian demining operational field evaluation in mined areas outside the continental United States (OCONUS). In addition to delivering a Mine Stalker III system, sources are sought with further capabilities to develop and test enhancements to the system that can minimize operator training requirements and improve the reliability, detection performance, false alarm rate, user-interface and sensor calibration routines. Responses should include a description of the offerors capability to conduct hardware and software development and testing on vehicle mounted detection systems and on the Mine Stalker III system specifically. The Government will accept responses from sources with a demonstrated ability to build an integrated system that meets the following performance criteria: 1) operate a 3.2-m wide array of the latest model Niitek GPR antennas and associated detection and graphical user interface software, 2) process sensor data real-time with automatic target recognition algorithms that detect AT landmine targets, 3) integrate differential GPS and inertial measurement unit data to digitally map sensor path and alarm locations with centimeter level accuracy, 4) integrate an automatic braking and marking system to stop the vehicle on each detection and physically mark the suspect target locations, 5) provide in-vehicle display and secondary wireless remote display of diagnostic information of each critical subsystem and 3-D visualization of alarm data, 6) provide in-vehicle controls for the sensor mount, data and power management, 7) provide a mounting bracket with the capability to auto-level the GPR array during detection operations and stowing the GPR array during transportation, 8) integrate all systems onto a Multidrive 4x4 tractor, 9) provide a comprehensive spare parts package to support an OCONUS evaluation for a period of no less than 12 months. Potential sources are also asked to describe capabilities to make enhancements to the current Mine Stalker III system. Specifically, the Government is seeking sources capable of improving the detection and false alarm performance against AT landmine threats in humanitarian demining operational environments, and capable of developing additional features for the Mine Stalker III such as remote control, routines for sensor auto-calibration, integration of the system onto other commercial-off-the-shelf platforms and other hardware and software improvements to the system that will be identified during evaluation of the Mine Stalker III system in live operational environments. Sources possessing the capability to produce a Mine Stalker III system that satisfy the requirements listed are invited to submit a White Paper not to exceed 10 pages in length providing a description of their system. The White Paper must include at a minimum: 1) a description of their system and validating information supporting the claims that the proposed system meets the system requirements, 2) technical specifications of their system, 3) any performance data of their system against AT mine targets, 4) estimated cost for building a system that meets the system requirements, 5) estimated schedule for delivery of the system, 6) a description of capabilities to develop enhancements to the system. Papers shall also include point (s) of contact (email and phone numbers) for further Government inquiry should more information be desired, name and address of firm, Central Contractor Registration CAGE Code and current level of firm's facility clearance (Secret, Top Secret or No Clearance). Respondents must also include information regarding 1) customary practices (including warranties, discounts, etc.), and under which commercial sales of the products are made, and 2) requirements of any laws and regulations unique to the item being acquired. This is NOT a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings from this survey. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. White papers shall be submitted electronically to Charlene Buduo, Contract Specialist, at charlene.buduo@us.army.mil no later than close of business on 4 JANUARY 2012. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored. You may forward request for additional information and/or responses to charlene.buduo@us.army.mil. Acknowledgement of receipt will be issued. The subject of the email message shall be: Mine Stalker III RFI - Your Company's Name.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d2ec8a8c61c474a435f0486540712eea)
 
Place of Performance
Address: ACC-APG (C4ISR)-DC ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02630848-W 20111202/111130234429-d2ec8a8c61c474a435f0486540712eea (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.