SOLICITATION NOTICE
A -- Non-developmental high-order or low-order Mine Neutralization System for use in humanitarian demining operations.
- Notice Date
- 1/21/2004
- 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
- W909MY-04-T-0003
- Response Due
- 3/5/2004
- Archive Date
- 5/4/2004
- Point of Contact
- Ellen Morris, 703 325 6152
- E-Mail Address
-
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center Washington
(Ellen.Morris@cacw.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The CECOM Acquisition Center-Washington on behalf of the Communications-Electronics Research, Development and Engineering Command (CERDEC), Night Vision Electronic Sensors Directorate, Countermine Division, Humanitarian Demining Branch, is seeking so urces for non-developmental high-order or low-order Mine Neutralization Systems suitable for use in humanitarian demining operations. The Government intends to conduct a capability demonstration of selected promising systems at a Government test facility l ocated in Fort A.P. Hill, Virginia, during the February to November 2004 time frame. The proposed effort will test non-developmental or commercial-off-the shelf mine neutralization systems to address surface exposed mines (i.e., the mine has been detected , located and the soil overburden removed). Candidate Mine Neutralization Systems shall be capable of demonstrating some or all of the following capabilities in order of importance to the Government: 1) Neutralize all types of mine cases such as metal, pl astic and wood; 2) Neutralize all types of mines with various shapes and thickness, explosive fill and fuse types; 3) Neutralize mines in all types of weather and terrain conditions; 4) Be transportable, reliable, stable, maintainable, and logistically su pportable in third world mine affected countries; 5) Be initiated remotely by any one of several systems such as an electric cap, mechanical cap, commercial detonator, time fuse, electric match, igniting cord or quick match or other known initiating method s. This capability demonstration will only consider hand-held systems. The Government will publish a report on the result of mine neutralization capabilities demonstration. The report will help demining groups select best mine neutralization system for th eir needs. All responsible sources having non-developmental systems capable of addressing the above requirements may submit a proposal that will be considered by the agency. All sources must have an approved Department of Transportation (DOT) classificat ion for their system for transport to Fort A. P. Hill, VA. The proposals must include a system technical description to include capabilities and the cost associated with conducting a maximum three (3) days technical capabilities demonstration at the above mention test facility. The Government will pay selected sources cost associated with purchasing up to 100 units (devices), transportation of devices and per-diem and travel cost associated for one certified operator not to exceed a total of $10,000.00. All personnel representing the source at the Government test site will be required to sign a hold harmless waiver form. The systems already developed and tested for CERDEC-NVESD will not be considered. The Government will buy the devices for test, and Gov ernment operators will be used to test the systems. Proposals will be evaluated based on the proposed systems ability to meet the above technical requirements and the total proposed cost of performing the system test. Awards against this announcement can be made for three months after receipt of proposals. Specific costs and terms and conditions will be negotiated prior to award. The Government anticipates the awarding of Firm Fixed Price type purchase orders. The Government reserves the right to select for award all, some, or none of the proposals received. Based on the outcome of the technical capabilities demonstration select candidate systems may be considered for inclusion in the Humanitarian Demining Mine Neutralization catalog or Consumer type rep ort or possible further testing in mine affected countries. Responses should be no longer than five (5) pages and should include the following: 1) Cover page, clearly labeled, including solicitation number, date, title, administrative and technical points of contact along with telephone and fax numbers and email addresses; 2) a technical section which shall consist of a clear description, with diagrams, of the te chnologies being demonstrated and 3) a cost section which shall include a one page cost breakdown associated with conducting a maximum three (3) day technical capabilities demonstration at the above mentioned test facility, and costs for 100, 1,000, 10,000 and 100,000 units. Responses are to be received via e-mail at noon local time on or before 5 March 2004. Proposals are to be submitted to Ellen Morris at ellen.morris@cacw.army.mil, also, provide a copy to Patricia Davis, Contracting Officer, at pat.davis @cacw.army.mil. To be eligible for award of contract, a prospective contractor must meet certain minimum standards pertaining to financial resources, ability to comply with the performance schedule, prior records of performance, integrity, organization, e xperience, operational controls, technical skills, facilities and equipment. Also, registration in the Contractor Central Registration prior to award is mandatory for all U.S. vendors. For additional information and guidance concerning qualifications and standards for responsibility of perspective contractors, please refer to FAR Part 9. There will be no formal request for proposal or any other solicitation document issued in regards to this announcement; therefore, interested parties should be alert for any Amendments to this announcement that may be published in the Federal Business Opportunities Page or posted on the Interagency Business Opportunity Page (https://abop.monmouth.army.mil) under the solicitation number W909MY-04-T-0003. The Government st rongly encourages the informal discussion of any proposed effort prior to the submission of a formal proposal. Questions concerning contractual, cost, or pricing format may be directed to the Contract Specialist, Ms. Ellen Morris at 703-325-6152 or ellen. morris@cacw.army.mil. Questions on technical matters related to test should be referred to Dr. Divyakant Patel at 703-704-2505 or divyakant.patel@nvl.army.mil. All interested parties are encouraged to contact the cited individual at any time prior to pro posal submission in order to obtain clarifications and guidance. Offerors are cautioned that all such inquires must be made prior to Government receipt of proposals. Once a proposal is received by CECOM Acquisition Center-Washington, all communication sh ould be through the Contracting Officer. Prospective offerors are cautioned that only the Contracting Officer is legally authorized to commit the Government.
- 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
- SN00507400-W 20040123/040121212251 (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 |