Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2008 FBO #2518
SOURCES SOUGHT

A -- Modular Analysis System (MAS) for Bench Mark Testing of Hand-held Standoff Mine Detection System (HSTAMIDS)

Notice Date
10/16/2008
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC, Acquisition Center - Washington, 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-09-Q-0001
 
Response Due
11/17/2008
 
Archive Date
1/16/2009
 
Point of Contact
Patricia Davis, 703-325-1713<br />
 
Small Business Set-Aside
N/A
 
Description
The US Army Communications-Electronics Command (CECOM) Acquisition Center-Washington, on behalf of the US Army Research, Development and Engineering Command, Communications and Electronics Research, Development and Engineering Center (CERDEC), Night Vision and Electronic Sensors Directorate (NVESD), Countermine Division, Humanitarian Demining Team is seeking sources with a comprehensive background to develop and deliver state-of-the-art, specialized handheld deep search low metallic mine detector and secondly design and develop Modular Analysis System (MAS) for purpose of bench mark testing of HSTAMIDS product improvement components at various stages of development. Specifically, the Army is seeking sources having previously developed and fully tested dual sensor technology (metal detection and ground penetrating radar) handheld mine detector, having the capability to design, develop, integrate and test a new dual sensor technology mine detector, having past experiences in designing and developing HSTAMIDS-like product improvements modules and having demonstrated cost reductions in corollary detectors over the last year. The mine detector shall be designed to meet or exceed the performance specifications listed below. Specifically, the detector must: 1.detect 100% of targets, with a false alarm rate of 8% or less, where such performance is against landmines of types anti-personnel, anti-tank, low metallic, plastic, and wood, under all types of weather conditions, deeply buried, and in all types of terrain; 2.weigh no more than 9 pounds; 3.provide near real-time (less than or equal to 1/30th second) mine detection audio alerts; 4.have at least two sensors (metal detection and ground penetrating radar); 5.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; 6.include a Built-in-Test (BIT) capability to provide clear indication of sub-system and system-level faults; 7.be capable of being operated, maintained, and repaired with minimal training; and 8.include an Aided Target Recognition (AiTR) Detection Algorithm with a flexibility that can be programmed, reprogrammed and selectable to address specific mine targets and a specific region of humanitarian demining operations. Additionally, the AiTR shall operate in a region processing manner with a mine/no-mine confirmation after the device has been scanned over a small investigated area. Sources possessing the capabilities to satisfy these detector requirements through commercial or Non-Developmental Items (NDI) systems or commercial or NDI system components are invited to submit a ten (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 system 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.proof of claims of experience and familiarity with the HSTAMIDS improvement product components; 5.past performance information; and 6.price schedules/catalogues (not included in the page count). Respondents must also include information regarding 1) customary practices (including warranties, discounts, etc.), and under which commercial sales of the products are made, and 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 this Sources Sought should be received no later than 30 calendar days from the date of this notice. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored. You may forward request for additional information and/or responses to Ms. Patricia Davis, Contracting Officer at: pat.davis@us.army.mil. Acknowledgement of receipt will be issued.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=471ca9eeec56595ac926fd5b08006121&tab=core&_cview=1)
 
Place of Performance
Address: US Army Contracting Command, CECOM Contracting Center - Washington ATTN: AMSCC-CEC-CAW-RT-A, 2461 Eisenhower Avenue Alexandria VA<br />
Zip Code: 22331-0700<br />
 
Record
SN01692953-W 20081018/081016215333-471ca9eeec56595ac926fd5b08006121 (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.