SOURCES SOUGHT
59 -- Autonomous Mine Detection System (AMDS)
- Notice Date
- 1/31/2012
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY-12-R-AMDS
- Response Due
- 3/1/2012
- Archive Date
- 4/30/2012
- Point of Contact
- Constance R. Reedus, 703-704-0881
- E-Mail Address
-
ACC-APG - Washington
(constance.reedus@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Belvoir Division on behalf of the U.S. Army RDECOM, CERDEC, Night Vision and Electronic Sensors Directorate (NVESD), Countermine Division, Dismounted Soldier Applications Branch is conducting a market survey to identify companies having the technology, qualifications, and capabilities to demonstrate a small, robotic, ground-vehicle mounted sensor or munitions technology to remotely and semi-autonomously: 1.Detect IEDs composed of remotely detonated artillery rounds buried in the ground, emplaced above-ground and potentially camouflaged; surrogate 155mm artillery shells; (CDD); Triggering Mechanisms (Non-explosive targets buried with or without metal (e.g. Pressure plates composed of Carbon Rods, Ball Bearings, Spring Supported, Rubber Tire, Double Lamp Cord, Copper Wire such as Alternator Wire, and non-metallic AP mines); 2.Detect surface laid and buried, metallic and low-metallic, antitank and antipersonnel landmines and scatterable munitions; 3.Detect other explosive hazards (e.g., booby traps, explosively formed projectiles) that are either above ground, partially buried, or emplaced in such a way that they are concealed; 4.Mark a safe path of travel through a suspected minefield; 5.Mark detected targets, both mines and explosive hazards; and 6.Neutralize detected mines and explosive hazards. The intent of this effort is to integrate the detection, marking and neutralization subsystems described above onto a small semi-autonomous robotic platform, all which shall be controlled by single control unit. Respondents are encouraged to include the following applicable information in their responses: (1) Probability of Detection (Pd) and associated False Alarm Rate (FAR) against Explosive Hazards Type. Rate of Advance Downtrack (RoAD) - forward speed while detecting and marking, Probability of Neutralization (Pn); (2) details on system viability in a wide class of military environments such as dust, extreme heat and cold, precipitation, and humidity; (3) Integration of prototype detection, marking and neutralization systems with an existing small robotic platform that includes a soldier operated interface; (4)a description of the size, weight and power requirements of all systems intended to be added to the base robotic platform(s) including the total for all systems as well as a break down by individual systems components (i.e., sensor, articulation system, computational/autonomy hardware, etc.) ; (6) Receiving Operator Characteristics (ROC) curves and/or verifiable test data with documentation/references about performance specifications for each threat type and the soil type and burial depth. Results of this market research may be used to formulate a near term program This is NOT a Request for Proposal. Companies who desire to participate in this market survey are encouraged to submit a white paper which supports the company's claim that it presently has the technology, qualifications, and capabilities to satisfy one or more of the performance and technical objectives described above. The white paper should discuss the company's sensor or munitions and performance test results. The white paper should also discuss related company experience and include point(s) of contact. The white paper should be prepared in MS Word, limited to ten (10) pages (test results may be included as attachments). Responses should also include a cover letter (not included in the page count) providing: 1. A point of contact for your Company which will include: the contact's name, address, website (if available), phone number, and email address as well as your company's Cage Code and Duns Number. 2. Is your company currently providing similar services to another government agency or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially (outside the federal Government.). a.If you elect to identify your past and current customers to which you provided similar products, include the customers/company name and point of contact, phone number and address/e-mail where they can be contacted. 3. Please identify your company's small business size standard based on the applicable NAICS code of 334511. The Small Business Size Standard for this NAICS code is 750 employees. For more information refer to: http://www.sba.gov/content/determining-size-standards. Large Business Concern Small Business Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business a. Is your organization interested in being a Prime contractor or a Subcontractor? b. If you are a small business and plan to be a prime, please inform how you will meet the limitations on subcontracting Clause 52.219-14. c. If your company was awarded a contract, would your company be able to perform at least 50% (percent) of the work required in house? d. The Government understands that teaming is an intricate part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house? Responses are to be submitted electronically to Contract Specialist, Constance Reedus, at constance.reedus@us.army.mil within 30 days after issuance of this market survey. The Government will consider all responses submitted on time. The company shall be responsible for any costs associated with preparing responses to this market research. All requests for further information must be made in writing or via email; telephone requests for additional information will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/59c8409b20c967b103a3b012fbe96e64)
- Place of Performance
- Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN02664670-W 20120202/120131234921-59c8409b20c967b103a3b012fbe96e64 (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 |