Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2003 FBO #0683
SOURCES SOUGHT

A -- DEVELOPMENT OF AMPLIFIED FLUORESCENCE QUENCHING POLYMER-BASED SENSORS FOR MINE DETECTION

Notice Date
10/9/2003
 
Notice Type
Sources Sought
 
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
W909MY-04-R-0001
 
Response Due
10/31/2003
 
Archive Date
12/30/2003
 
Point of Contact
Peggy Melanson, 703-325-6096
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center Washington
(peggy.melanson@cacw.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA MARKET SURVEY: DEVELOPMENT OF AMPLIFIED FLUORESCENCE QUENCHING POLYMER-BASED SENSORS FOR MINE DETECTION. The U.S. Army Communications and Electronics Command (CECOM) Acquisition Center-Washington (CAC-W) on behalf of the US Army RDECOM, CERDEC, Night Visi on and Electronic Sensors Directorate (NVESD), Science and Technology Division, Countermine Branch is conducting market research to identify contractors having qualification and capabilities to conduct testing of an Amplified Fluorescence-Quenching Polymer (AFP) sensor as discussed below. The goal of this endeavor is to determine the viability of AFP-based chemical sensors to sample and detect the chemical signature of a buried landmine in the vapor headspace and the surrounding soil and to further develop a field portable chemical sensor, operating on the principles of AFP interaction with target chemicals that is capable of being deployed on handheld and remote platforms. The Government is planning on awarding a contract in the second quarter of the gove rnment fiscal year 2004 with an estimated period of performance of 24 months (subject to availability of funds).Performance Objectives: Detection of at least 2,4,6-trinitrotoluene, 2,4-dinitrotoluene, 2,6-dinitrotoluene, 4-aminodinitrotoluene, 2-aminodini trotolene at concentration levels at or below 1 mg of analyte per 1 L of air or 1 mg of analyte per 1kg of soil. Detection of plastic cased anti-tank and antipersonnel landmines. Technical Objectives: (a) test and evaluate an AFP sensor capable of the p erformance objectives listed above; (b) improvement of the AFP formula and performance, (these improvements should include, but not be limited to, AFP signal-to-noise ratios, performance in the presence of interference, application of AFP material to sen sor components.); (c) development of technologies that sample chemical signals available in soil above and around buried landmines; (d) demonstration of capability to integrate their sensor onto a remotely operated vehicle and propose a method of integr ation for their sensor with other countermine technologies (i.e. acoustics, GPR, etc.). Tests and Demonstrations: During this 24 month effort the contractor shall pursue the technical objectives listed above. In this effort the contractor shall demonstra te the performance of a field portable sensor capable of meeting the performance objectives. The contractor shall also visit Government chosen test sites and collect data over landmines that have been buried for a known time period. The first test shall be conducted no later than 3 months after the contract start date. The U. S. Army is interested in receiving white papers outlining proposed research and development testing of an AFP. This is NOT a request for proposals. White papers should be limited to no more than ten (10) pages and should include a summary of related corporate experience, and a specific development plan. Contractors who can satisfy the Government's requirements are urged to provide a white paper by October 24, 2003 supporting the claim that the contractor presently has the capability to perform the required work. The white paper should contain resumes of the contractor's relevant technical and management personnel, and sufficient technical details should be provided to detail the contractor's experience in development of AFP-based sensors, and other evidence supporting the claim. The Government will consider all white papers submitted on time. The contractor shall be responsible for any costs associated with preparing responses. All responses shall be prepared in MS Word and submitted electronically to the CECOM-CAC-W Gail Fair, Contract Specialist, via email at wanda.fair@cacw.army.mil, 703-325-6093. All requests for further information must be in writing or via email, telepho ne requests for additional information will not be honored.
 
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
 
Record
SN00450511-W 20031011/031009213244 (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 |
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.