SOURCES SOUGHT
58 -- Sources Sought - Handheld Mine Detection System
- Notice Date
- 4/28/2005
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- 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-05-R-HFRP
- Response Due
- 5/17/2005
- Archive Date
- 7/16/2005
- Small Business Set-Aside
- N/A
- Description
- The Communications Electronics - Life Cycle Management Command (CE-LCMC) Acquisition Center - Washington is seeking sources on behalf of the US Army Research, Development and Engineering Command, Communications-Electronics Research, Development, and Engineering Center, Night Vision and Electronic Sensors Directorate (NVESD), Countermine Division is seeking sources who have fully tested handheld mine detectors suitable for immediate full rate production and fielding to US Army and US Marine Corps users . Subject mine detectors shall be able to detect landmines of all types, constructed of metal, plastic or wood, under all types of weather conditions, in all types of terrain, and shall be designed to meet or exceed the performance specifications establish ed for the US Armys AN/PSS-14 program. Specifically, the mine detector must be handheld and meet all of the following system performance specifications: 1) detect 96% of targets (or better), with a false alarm rate of no more than 3 false alarms per 5 squ are meters; 2) detect targets on the surface and up to 15 centimeters (6 inches) below the surface; 3) the total system weight must not exceed 11 pounds; 4) mine detection audio and/or visual alerts to the operator must be in near real-time (less than or e qual to 1/30th second); 5) if the system is comprised of more than one sensor, then each of the sensors must be capable of being operated in combination or separately as determined by the operator; 6) the system must have an independent power source (e.g., battery power) and provide an operational time of greater than or equal to two hours without battery change; 7) the system must include a Built-in-Test (BIT) capability to provide clear indication of sub-system and system-level faults; 8) the system must be capable of being operated, maintained, and repaired in its operational environment by personnel with a minimum of training; 9) the system must be sufficiently rugged to withstand field operation, maintenance, and transport within military operational e nvironments; 10) the system must be maintainable, and transportable by 5th through 95th percentile soldiers dressed in the Battle Dress Uniform, worn in combination with Body Armor, cold-wet weather protective clothing, or the protective ensembles for Miss ion Oriented Protective Posture (MOPP) Levels I through IV; 11) operator visual displays, if any, must be compatible with night vision devices and provide sufficient contrast between all displayed information and the display background to ensure that the r equired information can be perceived by the operator under all expected lighting conditions. Firms possessing the capabilities to satisfy the AN/PSS-14 requirements through Commercial or Non-Developmental Items (NDI) systems or commercial or NDI system com ponents are invited to submit a 10 page White Paper providing a description of their system. The White paper shall include as a minimum: (1) a description of the system and validating information supporting claims that the proposed system meets the syste m performance specification; (2) Test Report data to include verified Probability of Detection (Pd) and False Alarm Rate (FAR) from an official U.S. Government Test and Evaluation (not included in the page count); (3) product literature; (4) past performan ce information; and (5) price schedules/catalogues (not included in the page count). Respondents must also include information regarding (1) customary practices, including warranty, discounts, etc., under which commercial sales of the products are made an d (2) requirements of any laws and regulations unique to the item being acquired. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. Response to th is Sources Sought should be received no later than 17 May 2005. Offerors are responsible for any costs associated with preparing responses and/or acquiring te st data. The preferred method of submission is via electronic mail. The submission shall be made to Ms. Jane Borden at jane.borden@cacw.army.mil. The subject of the mail message shall be: AN/PSS-14 Market Research Response, Your Companys Name. If the submission can not be made via email due to size constrains the package may be mailed to US Army C-E LCMC Acquisition Center - Washington, 2461 Eisenhower Ave, Room 1126, Attn: AMSEL-AC-WA-B (Ms. Jane Borden), Alexandria, VA 22331-0700. If the package is mailed via land, an electronic mail message should be sent to notify Ms. Borden. Any questions regarding the submission of materials should be addressed to Ms. Borden, Contract Specialist at jane.borden@cacw.army.mil or Ms. Patricia Davis, Contracting Of ficer at pat.davis@cacw.army.mil. Submission of this information is for planning purposes only and is not to be construed as a commitment by the government to procure any items/services, or for the government to pay for the information received. No solicit ation document exists.
- 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
- SN00797515-W 20050430/050428212125 (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 |