SOLICITATION NOTICE
A -- Support for Integration of Nuclear Quadrupole Resonance (NQR) Technology with Handheld Standoff Mine Detector System (HSTAMIDS).
- Notice Date
- 6/16/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- DAAB15-03-R-0033
- Response Due
- 7/31/2003
- Archive Date
- 9/29/2003
- Point of Contact
- Patricia Davis, 703-325-1713
- E-Mail Address
-
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center Washington
(pat.davis@cacw.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The US Army Communications-Electronics Command Acquisition Center - Washington (CAC-W) plans to award a contract to CyTerra Corp. (Waltham, MA) to support the Advanced Mine Detector (AMD) program being managed by the Office of Naval Research (ONR). The ob jective of this effort is an effective architecture for integration of nuclear quadrupole resonance (NQR) technology with the Handheld Standoff Mine Detector System (HSTAMIDS). The purpose of the integration is to satisfy the requirements of the United St ates Marine Corp (USMC) Advanced Mine Detector (AMD) Operational Requirements Document (ORD) by utilizing NQR as a confirmation sensor to reject false alarms due to clutter generated by HSTAMIDS?????? ground penetrating radar (GPR) and electromagnetic indu ction (EMI) sensor. The goal is a mine detector operable by one Marine with the capability to rapidly detect both antitank and small antipersonnel landmines with a very high probability of detection and a very low false alarm rate. The proposed contract will leverage CyTerra??????s expertise in design and manufacturing of the HSTAMIDS and require effective collaboration of CyTerra with US Navy ONR, US Army NVESD, and Quantum Magnetics (QM) (San Diego) via an Integrated Product Team (IPT). The proposed c ontract will require CyTerra to collaborate with QM in performing the following tasks: (a) Assess the system engineering interface issues between HSTAMIDS and NQR, especially the probe head, and develop integration concepts; (b) Perform requirements analy sis, engineering analyses, and trade studies and develop the preliminary design of the integrated HSTAMIDS-NQR architecture; and (c) Model and predict the performance of the integrated architecture. The proposed contract will also require CyTerra to manuf acture and deliver to QM complete HSTAMIDS production units for identification of sensor interface issues and development of integration concepts. The proposed contract will be managed for ONR by the US Army Night Vision and Electronic Sensors Directorate . The expected period of performance for this effort is twelve months. It has been determined that CyTerra Corporation is the 'Only One Responsible Source and no other Supplies or Services will satisfy Agency Requirements' that is able to execute the abo ve stated effort in a timely manner. The statutory authority for other than full and open competition is 10 USC 2304 (c)(1) and FAR 6.302-1, Only One Responsible Source and no Other Supplies or Services will Satisfy Agency Requirements. However, all resp onsible sources that can provide supporting data to demonstrate they can successfully provide the above stated effort shall be considered by the agency. Responses shall be no longer than ten (10) pages and provided in Microsoft Word compatible format. Re sponses shall be submitted via email to pat.davis@cacw.army.mil, by the response date provided in this announcement. The email subject line should include the phrase 'White Paper - DAAB15-03-R-0033, NQR/HSTAMIDS'. All requests for further information mus t be in writing and via email to the above address, telephone requests for additional information will not be honored. Acknowledgement of receipt will be issued. A determination by the Government not to compete this proposed contract based upon response s to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. See note 22.
- Place of Performance
- Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Country: US
- Zip Code: 22331-0700
- Record
- SN00348642-W 20030618/030616213405 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |