Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
SOURCES SOUGHT

66 -- Electrical and Electronic Properties Measuring and Testing Instruments

Notice Date
6/27/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER, VIRGINIA 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017808Q3033
 
Response Due
7/18/2008
 
Archive Date
8/18/2008
 
Point of Contact
XDS13-13 540-653-7097
 
Small Business Set-Aside
N/A
 
Description
This sources sought is posted to both the Federal Business Opportunities (FBO) webpage located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) website located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. INTRODUCTION. The Marine Corps is seeking qualified sources for a number of types of unattended ground sensor technologies for counter-sniper and counter-projectile operations. This capability is required to support persistent operations within an asymmetric environment. Sensors should be easy to emplace/operate and capable of long periods of unattended operation. Since individual sensors will typically not be manned, probability of false detection should be low. Sensors may be co-located with a sensor monitoring station, either ground or tower mounted, or they may be installed up to five kilometers from the monitoring station. For either case, sensor alerts and data (as required) are transmitted back to the monitoring station. For situational awareness purposes, the emphasis is on minimizing the time from alarm at the sensor to alarm reception at the monitoring station. Operational considerations make cabling between sensors and the monitoring station impractical for this application. As a minimum, sensors should incorporate a wireless path for data transmission between sensor and the central monitoring location. Sensors are required in both rural and urban deployments. Assume a desert environment. Repeaters are allowable. Sensors may be deployed at night as well as during daylight hours. The emphasis is on minimizing the installation and setup time for individual sensors. Mature sensors and system architectures (Technology Readiness Level 7 or higher) are desired. Sensor systems that support standard non-proprietary data and Radio Frequency (RF) interfaces are desired as the selected sensor(s) will probably be incorporated into already existing sensor systems with different sensor types. REQUIREMENTS. Sniper Detection. The Marine Corps is interested in procurement of technologies to detect and localize enemy gunfire, including passive Infrared (IR) flash detection technologies and passive acoustic detection technologies. Sensor shall detect and localize rifle fire within a 360 degree arc at ranges up to 500 meters from the sensor. Sensors shall operate a minimum of 5 days unattended. The power source selected for the sensor shall be compliant with applicable MIL STD requirements for that power type. Installers shall be able to (a) mount the sensor to a tower and (b) mount the sensor on the ground. Sensor mounting shall be accomplished by one man without strain in accordance with MIL-STD-1472. The sensor shall be capable of transmitting alerts and sensor data (as required to localize the gunfire location) up to five kilometers from the sensor site via wireless communications. Artillery, Rocket and Mortar Detection. The Marine Corps is interested in Passive Acoustic technology to support detection and localization of artillery, rocket and mortar firing locations. Minimum mission duration, power source and mounting requirements are the same as those provided above for sniper detection technologies. Electromagnetic Compatibility Requirements. Individual Sensors may be deployed stand-alone or in close proximity to other Sensors/ sensor systems. The Sensor System RF architecture employed shall allow for multiple sensors/sensor systems to operate in close proximity to each other while minimizing RF interference between the systems. The vendor shall indicate in his response the frequency band the equipment operates in. Supportability Requirements. The system shall provide a means for field installers to verify operation of the individual sensor/cluster locally, within close proximity to the installed sensor. The installer will be able to perform a quick health/welfare check of the installed sensor/cluster as well as locally receive any alerts generated by the sensor/cluster. The device the operator uses for local access to the sensors should be small, lightweight, ruggedized and commercially available. As technology advances, the Marine Corps may wish to incorporate new sensor types into the baseline Sensor Suite. To facilitate addition of new sensors, the sensor/system architecture shall be non-proprietary. At a minimum, this means use of only non-proprietary interfaces. The objective capability shall be non-proprietary interfaces, components, and software. Sensor data display. The Sensor System shall come with a software application that allows the operator to collect, analyze, and display the sensor data using an intuitive graphical user interface (GUI). Vendors response should indicate whether raw sensor data or detection reports are sent via the wireless interface and, if detection reports, the message format used. DESIRABLE FEATURES. Any sensor within a sensor suite shall be able to determine its geo-location automatically and transmit this data back to monitoring station. This alleviates the need for the installer to manually record sensor positions. RESPONSES SOUGHT. The Government encourages vendors with any or all of the technologies listed above to respond to this INFORMATION REQUEST. The NAICS code for this requirement is 334511 with a size standard of 750 employees. Interested sources should submit the following information: (1) A system architecture drawing showing the components that make up the sensor system, to include not only the sensors but power sources, local control/monitor devices and radio equipment required to send alerts to the remote monitoring station; (2) A list of equipment, with model numbers, to meet the requirements specified above. The list should note any equipment that is not off-the-shelf, i.e., equipment that must be developed to satisfy this requirement. The vendor should list the overall Technology Readiness Level (TRL) of the proposed equipment and backup information to support selection of that level; (3) A description of the technology used and specifications for each of the proposed sensors. Specifications would include ranges supported, Probability of Detection, Probability of False Alarm, accuracy of the localization methods utilized and conditions under which these specifications were calculated/measured. Vendor is encouraged to address algorithms used to improve detection/discrimination/false alarm rate parameters in their response and any filtering used to decrease noise environment in which sensors operate. Filtering of background noise becomes an important capability when operating the Sensor System in an urban environment; (4) Provide Size, Weight and Power figures for individual units making up the sensor system. Include details on the proposed power source. Include any available data on Mean Time to Repair (MTTR) and Mean time between Failure (MTBF) on individual system units. Any data on system Availability and whether data is derived or actual. Provide environmental specifications on the proposed system components; (5) Rough order of magnitude costs for the offered equipment set. Provide separate pricing for discrete sensor units or sensor clusters, repeaters, and any base station units required. Include cost of ancillary equipment such as power sources. Vendor should provide the cost break quantities where increases in purchased quantity decreases the unit cost of the systems. Provide a top level schedule showing time from contract award to equipment delivery; (6) Provide quantity of production level units already sold and, if releasable, end user of the equipment; (7) Security. Vendors response should address any Communications Security and/or Transmission Security features of the proposed system. Vendors response should address any capabilities built into the sensor to monitoring station data link (as well as the individual sensor interface) to minimize RF jamming; (8) Electromagnetic Compatibility. Vendors response should indicate how proposed system addresses multiple sensor systems operating in close proximity; and (9) Vendors submission should list any proprietary system components, interfaces and software. Vendor should also list any data interfaces/standards that their proposed system incorporates that would make this system easier to interface to already existing sensor systems. Additionally, the response shall identify the respondents business size and any socio-economic programs that may apply. THIS IS A SOURCES SOUGHT ANNOUNCEMENT AND THE GOVERNMENT WILL NOT PROVIDE REIMBURSEMENT OF COSTS ASSOCIATED WITH THE DOCUMENTATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT. All interested parties shall forward the specified documentation that articulates their capabilities to satisfy the requirements contained herein along with a company overview. Please include your company CAGE code (if you have one) and POC information with your response. Responses are requested on or before 18 July 2008 and shall reference Sources Sought Number N00178-08-Q-3033. Responses may be submitted electronically in Microsoft Word format to XDS13-13 via FAX using (540) 653-6810 or mailed to Naval Surface Warfare Center, Dahlgren Division, 17632 Dahlgren Road, Suite 157, Attn: Code XDS13-13, Dahlgren, VA 22448-5110. Information submitted is for planning purposes only and is not to be construed as a commitment by the Government to provide any items or services. Questions pertaining to this Sources Sought Announcement Number N00178-08-Q-3033 shall be directed to the attention of XDS13-13 via telephone using (540) 653-7097 or via facsimile at (540) 653-6810. NO SOLICITATION EXISTS AT THIS TIME AND THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT BASED ON THIS SOURCES SOUGHT ANNOUNCEMENT OR TO OTHERWISE PAY FOR THE INFORMATION SUBMITTED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=634ec60e3ef25deca7353d8c7f41d4a8&tab=core&_cview=1)
 
Record
SN01603335-W 20080629/080627221438-634ec60e3ef25deca7353d8c7f41d4a8 (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.