Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
MODIFICATION

59 -- Husky Mounted Detection System (HMDS)

Notice Date
3/20/2012
 
Notice Type
Modification/Amendment
 
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
W909MY12RD001
 
Response Due
4/2/2012
 
Archive Date
6/1/2012
 
Point of Contact
Alison Landin, 7037040157
 
E-Mail Address
ACC-APG - Washington
(alison.landin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Husky Mounted Detection System (HMDS) The U.S. Army Product Manager for Countermine and Explosive Ordnance Disposal (PM-CM&EOD) is seeking qualified sources for the Husky Mounted Detection System (HMDS) acquisition program. The Army requires capabilities to support Army route clearance and area clearance operations by detecting and marking the location of surface laid and buried explosive threats, including Improvised Explosive Devices (IEDs) with pressure activated trigger mechanisms, unexploded ordnance (UXO), landmines, and weapons caches. These capabilities are described as follows: (1) A Ground Penetrating Radar (GPR) is required to detect surface-laid and buried, metallic and low-metallic, explosive hazards in a wide range of road surfaces and soil conditions. The probability of detection is required to be not less than 95% of surface-laid hazards and not less than 90% of hazards buried down to 8 inches (20.3 cm) of soil/road surface overburden. The probability of detection is required to be not less than 90% of metallic and low metallic pressure activated IED trigger mechanisms buried down to 5 inches (12.7 cm) of overburden. The false alarm rate (FAR) is required to be 10 or fewer false alarms per linear kilometer of the road scanned. (2) The Deep Buried Detection Capability is required to detect deep buried metallic Improvised Explosive Devices (IEDs) and metallic encased caches. The probability of detection is required to be not less than 85% of metallic IEDs and not less than 85% of metallic encased caches buried down to 48 inches (1.2 meters) of soil overburden. The FAR is required to be 10 or fewer false alarms per linear kilometer of road scanned and 10 or fewer false alarms per 3,500 square meters of area scanned for cache detection. (3) The Marking Capability is required to accurately and precisely mark the detected explosive hazards and trigger mechanisms detected by the GPR and Deep Buried Detection Capabilities to minimize the area required to be interrogated by a digging arm on a following vehicle (digging arm is not part of this survey). This capability is required to have both manual and automatic marking of the road surface within 0.5 meter from the edge of the buried threat. The mark is required to be visible during daylight and night, in limited visibility, and in inclement weather for not less than 1 hour at a minimum standoff distance of 30 meters. Common Attributes: The GPR, Deep Buried Detection, and Marking Capabilities are required to be installed on the Husky simultaneously. The two detection capabilities are not required to operate simultaneously. The sensor for each detection capability is required to be mounted forward of the Husky to enable the Husky to be stopped before it overruns an explosive hazard. Each detection capability is required to scan a path width of at least 3.5 meters. While seated inside the Husky, the operator must be able to raise and lower detection sensors to avoid impacting the road surface, to configure the HMDS sensors for fording, and to move the sensors to a secure position on the Husky for rapid administrative movement. Each of the two capabilities are required to be interoperable with Blue force electronic warfare devices. A contract is planned for award in FY13 beginning with Engineering and Manufacturing Development (EMD) and continuing with priced options for Low Rate Initial Production (LRIP) and then Full Rate Production (FRP). The purpose of the 17-month EMD is to integrate highly mature technologies and designs onto the Mark III Husky vehicle. The EMD phase will require 5 systems for Government testing, with a delivery of two systems required 6 months following contract award. The purpose of LRIP is to deliver approximately 10 production representative systems for Government Operational Testing. The purpose of FRP is production of approximately 150 systems and spare parts and support of worldwide fielding to Army route clearance patrols. Required deliverable data may include drawings, specifications, and other data items necessary to compete portions of the design for follow-on sustainment. Please note this is NOT a Request for Proposal. The company shall be responsible for any costs associated with preparing responses to this market research. Interested companies are requested to submit a White Paper that describes the company's specific technologies and devices to provide the Army any of required capabilities described above. The White Papers hould also discuss the company's development and production capabilities; details and unclassified results of testing (performance, extreme-environments, etc.) conducted to date; company experience, personnel, and facilities; and other relevant capabilities. The White Paper shall be no more than 15 pages and be prepared in Microsoft Word, Times New Roman font, size 12. 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. In addition, please provide a Cage Code and Duns Number. 2. Is your company currently providing similar products 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 products 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. Are you planning on being a Prime or a Subcontractor? If a Prime (continue to question b). b. If you are a small business and plan to be a prime, please inform how you will meet the limitations on subcontracting Clause 52.219-41. c. If your company is awarded the contract, will you 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? The information received in response to this market survey is for informational purposes only. Respondents will not be notified of the results of the evaluation of the information provided. It is desirable that data be received with unlimited rights to the Government. However, if proprietary data is included please clearly mark such information. Responses are to be submitted electronically to the Contract Specialist, Alison Landin at alison.m.landin.civ@mail.mil within 30 days after issuance of this market survey. The Government will consider all responses submitted on time. 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/4377701b131428d2b8a96a4ae0e590df)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02701175-W 20120322/120320235914-4377701b131428d2b8a96a4ae0e590df (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.