Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2006 FBO #1538
SOURCES SOUGHT

63 -- Mobile Detection Assessment Response System (MDARS) Production and Fielding

Notice Date
2/9/2006
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-06-R-MDAR
 
Response Due
3/9/2006
 
Archive Date
5/8/2006
 
Small Business Set-Aside
N/A
 
Description
This is not a Request for Proposal (RFP) it is a market survey. The purpose of this announcement is to request identification of potential sources from industry for production and fielding of the Armys Mobile Detection Assessment Response System (M DARS). The Government intends to solicit in the near future for the FY07-FY11 full-rate production phase of the MDARS program. MDARS consists of the MDARS Control Station (MCS), robotic vehicles with a Mission Payload Suite (MPS) and Differential Globa l Positioning System (DGPS), and Associated Items of Support Equipment (ASIOE). The MDARS procurement will be managed by the materiel developer, the Office of the Product Manager, Force Protection Systems (PM-FPS), at Fort Belvoir, VA. The U.S. Army Mili tary Police School (USAMPS) is the combat developer. The MDARS is designed to operate in environments such as materiel storage yards, arsenals, petroleum storage areas, airfields, rail yards, and port facilities. Future versions of the MDARS will operate in conjunction with fixed Intrusion Detection Systems (IDS). The major components of the MDARS are the MCS, the (MDARS) robotic vehicles with MPS and DGPS, and ASIOE. High dollar value and critical US assets in external storage sites may be vulnerable t o an intruder or saboteur intending to deprive the US of these assets. The objective of MDARS is to protect these assets by providing commanders with a highly secure, standardized, semi-autonomous IDS using robotics technology. MDARS will introduce robot ic vehicles employing a suite of sensors that is controlled by a control station that houses monitoring and annunciation equipment. MDARS will satisfy an immediate Army requirement for a semi-autonomous mobile capability for patrolling physical security si tes at Department of Defense (DoD) installations. Without operator intervention other than system initiation, the robotic vehicle will automatically move randomly to and throughout designated patrol areas in designated environments primarily during non-du ty hours. While on random patrol, the robotic vehicle will semi-autonomously conduct surveillance, check for intruders, conduct product inventory, and check the status of facility barriers, such as gate and bunker/container doors. Operator input from the control station will be required only if an intruder is detected or the robotic vehicle encounters a situation it is not programmed to handle. If the MDARS robotic vehicle detects an intruder, the video link to the control station will be activated and a n audio/visual alarm will be annunciated at the control station. The security officer will be able to see, hear, and talk to the intruder as well as send the robotic vehicle to a location where the intruder might be hiding. The robotic vehicles: (1) det ect intruders, (2) read the status of locks on storage structures (open, closed or error), and (3) determine the status of inventory through the use of specialized Radio Frequency Identification transponder tags. MDARS also will interface with RF/Microwav e and Hardwire/Fiber Optic communication networks. Functional users of MDARS are supply and maintenance activities of the U.S. Army Materiel Command (AMC) and the Defense Logistics Agency (DLA). Approximately 7 depots are currently planned for operationa l deployment of MDARS, although more are expected to be added in the future. MDARS will be operated by Department of Defense (DoD) security and law enforcement units. To date MDARS has undergone Program Definition and Risk Reduction, which resulted in de velopment of brassboard models, and System Development and Demonstration (SDD), which is verifying producibility of the MDARS system and will be completed in mid-2006. The production and fielding phase is expected to begin in 2007. The MDARS production r obotic vehicle will be equipped with features such as collision avoidance, intruder detection and assessment, barrier assessment, and product inventory subsyste ms. The robotic vehicle will respond to and communicate with the MDARS control station that uses the Government-developed, Multiple Resource Host Architecture (MRHA) command and control software. Associated support equipment for the MDARS includes (a) Re mote Product and Barrier Assessment Items, (b) Communications Relay/Repeaters, (c) Navigation Aids, and (d) Hand-held control units. Initially, logistics support and maintenance for MDARS will be provided by the production contractor or separate contractu al agreements at the installation level. The contract for the Production phase will be Fixed Price with Indefinite Delivery ordering provisions. The Production phase will be up to five years in duration. The maximum value of the Production phase is 10 s ystems/sites. Total contract life will not exceed 5 years. The MDARS Draft Specification (ESPEC.PDF), Sources Sought questionnaire (QUESTIONS.PDF), and MDARS MRHA IDD (MDARS MRHA IDD.PDF) are downloadable and posted on the CECOM Acquisition Center (CAC) Interactive Business Opportunities Page (IBOP) at http://abop.monmouth.army.mil. The documents are identified on the IBOP as Army Pre-award, CECOM-Market Research, W909MY-06-R-MDAR, Pre-Solicitation. Responses to this announcement should be submitte d to Contract Specialist, Sherry Savage. Responses to the Sources Sought questionnaire should be submitted via email to Sherry.Savage@us.army.mil, and are due on 9 March 2006. Numbered Notes 22, 25, and 26 on the FedBizzOpps website apply (http://www2.fb o.gov/Numbered_Notes.html). Responses can also be submitted in hard copy, video, or CD format and should be sent to Sherry Savage at the contracting office address listed in this announcement.
 
Place of Performance
Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00984634-W 20060211/060209212605 (fbodaily.com)
 
Source
FedBizOpps 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.