SOURCES SOUGHT
A -- Remote Controlled Robotic Snakes/Arms
- Notice Date
- 6/29/2005
- Notice Type
- Sources Sought
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, VA, 22060-6201
- ZIP Code
- 22060-6201
- Solicitation Number
- Reference-Number-CSE059978339
- Response Due
- 8/17/2005
- Description
- Sources Sought Synopsis announcements are issued to assist the Agency in performing market research to determine industry interest and capability. This Source Sought Synopsis is not a request for proposals and at this time, no solicitation exists. Therefore, do not request a copy of the solicitation. Introduction: The Defense Threat Reduction Agency (DTRA) invites white papers for research and development to support technology applications under this Sources Sought Announcement (SSA) CSE059978339. The administering DTRA program is the Combat Support (CS), Emergencies Contingencies Directorate (EC). The technologies and/or technology applications are to be considered for research and development efforts for the Fiscal Year 2006 starting in Dec 2005. The total number of pages shall not exceed 5 pages to include rough order of magnitude on cost and effort. Background: DTRA?s mission is to safeguard America and its allies from weapons of mass destruction (chemical, biological, radiological, nuclear and high explosives (CBRNE) by reducing the present threat and preparing for the future threat. The objective of this SSA is to acquire scientific, technical, and operational information on the topic area of remote controlled robotic snakes/arms supporting DTRA/CSEC. Services: This announcement seeks qualified sources from Government or Industry to submit white papers for a remote controlled arm that can be controlled and manipulated to move with snake like properties. The robotic snake arm needs to be remote controlled and capable of completing multiple 90 degree bends on a 360 degree axis along its length. It must be less than ? inch in diameter, no shorter than 36 inches in length and self supporting with exact position and motion recall capability. It must be extendable and retractable as well as have the ability to follow itself along a directed route. The arm must provide a free range of motion with the ability to maneuver around a variety of obstacles in a variety of situations. The snake must be able to carry an assortment of tools ranging clamps to cutters. The arm must have a CMOS camera with an IR capability and a resolution of at least 3000 pixels. It must also be a live feed to the controller. The robotic snake arm must be battery powered and man portable. It should have an overall weight of less than 20 lbs and have a flat base to facilitate mounting to a variety of robot support platforms or be capable of stand alone operations. The system will be controllable from a Laptop or PDA with a fiber optic cable and have a directional mobile area network system. The complete system should be ruggedized and weather proof with the capability of working in a variety of circumstances and environments. Capabilities: Potential sources must have experience and expertise that demonstrates an in-depth knowledge and background in robotics, optics, and remote controlled devices. Responses: Where applicable and appropriate, white papers should directly compare and contrast capabilities with current commercial off the shelf items or known developmental efforts with respect to improvements, limitations, weight, size, cost, power density, capacity, duration, dynamic range of performance, ease of production and ease of use. Specific performance data and materials compatibility information should be provided. Any information submitted in response to this synopsis is strictly voluntary. The Government will not pay for any information submitted in response to this announcement. Offerors having the technical skills and capabilities to perform the stated requirement are invited to provide information to contribute to this market survey/sources sought. Interested Offerors should address in their written response whether they can fulfill this requirement via a GSA schedule. Responses shall include the following information: company name, address, point of contact, telephone number, email address, business size and small business status such as disadvantaged, 8(a), HUB Zone, Woman Owned, Minority Owned, and/or Veteran Owned, teaming partners and/or major subcontractors or prime. Responses should address how the Offeror can meet any part or all of the above requirements and should not exceed five (5) pages in total. Please submit responses to Wanda Maddox, Contract Specialist via email at wanda.maddox_contractor@dtra.mil no later than 12:00 P.M. (Eastern Standard Time) on August 17, 2005. Ms. Maddox is the point of contact for all inquiries regarding this action and can be reached at (703) 325-1306 (voice) or (703) 325-6226 (fax). Disregard the point of contact information found below, it is incorrect.
- Place of Performance
- Address: Contractor's site
- Record
- SN00839231-W 20050701/050629212808 (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 |