Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2009 FBO #2690
SOURCES SOUGHT

58 -- Magnetic Intrusion Detection Version II

Notice Date
4/6/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Atlantic_MKTSVY_709CA
 
Response Due
4/16/2009
 
Archive Date
5/1/2009
 
Point of Contact
Point of Contact - Jo Ann Lawless, Contract Specialist, 843-218-5246<br />
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare SystemsCenter Atlantic (SSC-Atlantic) is soliciting information seeking solutions for Magnetic Intrusion Detector, Version II (MAGID-II) for use with the Marine Corps Tactical Remote Sensor Systems System-of-System (TRSS SoS) and the Ground Based Operational Surveillance System (GBOSS). The MAGID-II is a component of the TRSS SoS Unattended Ground Sensor Set (UGSS). The TRSS SoS uses hand- emplaced sensors to support the field commanders intelligence collection effort by providing continuous, wide area surveillance of the battlefield. The magnetic detector is used to detect the presence of vehicles and weapons containing ferrous metals moving within its detection range. The MAGID-II shall detect and measure disturbances in electromagnetic fields and indicate the direction of travel of the object which stimulated it. Detections and measurements from the MAGID-II are sent to a cable- connected Encoder Transmitter Unit, Version II (ETU-II) for Radio Frequency (RF) transmission to sensor monitoring systems. Fifty MAGID-IIs will be deployed with each of the thirty-two Unattended Ground Sensor Sets (UGSS) totaling 1600 TRSS SoS units; the remaining 1829 will be deployed with GBOSS and held in the Federal Supply System as spares. The MAGID-II shall be a self contained immersion-proof electronic assembly. The MAGID-II will connect to the Encoder Transmitter Unit version II (ETU-II) via an integrated 96 inch (+/- 6 inches) cable with a 13-pin connector and shall be permanently affixed to the detector. The MAGID-II shall use a MIL-C-38999P Series II receptacle with pins keyed with alternate shell position A with a size 10 shell and 13 contacts, designated P1 and shall have a dust cap with lanyard that is capable of mating with the J3 receptacle of the ETU-II. The MAGID-II shall also respond to identification messages. The MAGID-II shall have sufficient memory to support a 100% firmware growth and be capable of accepting necessary firmware upgrades in order to support evolutionary and technological upgrades of the TRSS SoS/GBOSS without hardware modifications. Future capabilities desired to be implemented through firmware upgrades, without need for additional hardware changes, are: target positioning relative to magnetic north; and sensitivity/detection range adjustment. The MAGID-II shall be capable of receiving programming commands and firmware upgrades through the above mentioned 13-pin connector cable. The MAGID-II shall correctly detect and report a targets direct of travel (left-to-right or right-to- left) with a minimum detection confidence of 90% for all targets spaced at least two seconds apart; false alarms shall not exceed five per 24 hour period. The MAGID-II threshold detection range for a mid- size pick-up truck is 3 to 30 meters when traveling between 5 and 100 kilometers per hour; Test Fixture A threshold for personnel detection is 1 to 5 meters when traveling between 2 and 12 kilometers per hour. The MAGID-II shall correctly report the mean level of magnetic disturbance using one of the following values: Level 1, less than 10; Level 2, 10 to 100; Level 3, 100 to 1,000; Level 4, 1,000 to 10,000; and Level 5, greater than 10,000. The MAGID-II shall have a sleep power consumption not greater than 1 milliwatt, an active (stimulated) detection/reporting power consumption not great than 18 milliwatts, and an initializing power consumption not greater than 75 milliwatts. The MAGID- II shall be capable of being switched from the Sleep Power Consumption state to the Inactive Power Consumption state via the serial interface; and the threshold transition time shall not exceed 60 seconds to full capability. The threshold operational temperature range for the MAGID-II is -40 Fahrenheit (F) to 140 F; the threshold non-operating temperature (after exposure to) range for the MAGID-II is -67 F to 160 F. The MAGID-II shall be capable of operating while exposed to 95% non- condensing humidity and immersion proof up to 1 meter for 24 hours. The MAGID-II shall be resistant to the corrosion effects of marine atmosphere and salt fallout over land areas; capable of withstanding exposure to fine sand and dust particles in 35 knot winds. The MAGID-II shall withstand the material degradation effects of fungi encountered in highly humid areas. The MAGID-II shall be capable of operating after being accidentally dropped onto a solid surface. The MAGID-II shall require no user maintenance. The MAGID-II shall perform an internal self-test that verifies its magnetic detection circuits are functional, proper input power is applied, and the installed firmware passes an internal checksum test; this test shall be report via the serial interface within the first 120 seconds of initial power-on. The threshold total cubic volume, including cable, is not greater than 40 cubic inches and the threshold weight, including cable, is not greater than 1 pound. The cables, connectors, dust caps and lanyard shall be a lusterless black finish. The MAGID-II finish color shall be P510.2AG Green 383 Chemical Agent Resisting Coating (CARC) per MIL-C- 53039 and color chip 34094 per FED- STD-595. The MAGID-II shall be marked in accordance with MIL-STD- 130J. All MAGID-II units shall be physically, electronically, and functionally interchangeable. Commercial-off-the-Shelf (COTS) solutions for the MAGID-II, if available, and in compliance with the specification are required. Industry firms capable of accomplishing the required services, in whole or by teamed effort, are invited to submit an affirmative response to this notice. The Government is interested in the rapid development of a solution and follow-on production. Partial solutions will not be considered. It is anticipated that a solicitation will be issued for a Commercial type contract issued under the test procedures of FAR Part 13.5. The applicable NAICS code is 334514. Firms are invited to submit documentation (any literature, brochures, and references) necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a ten-page limitation for all data submitted. (Request that name of firm be stated in subject line of e-mail message). Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership (including Country of Ownership), indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran- Owned and/or Service-Disabled- Veteran-Owned Business, and Central Contractor Registration (CCR) information; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number; (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime); (8) product literature in PDF format that identifies the ability to meet the requirements listed above or identify proposed unit that meets all requirements listed above; (9) estimated time to develop first articles for government evaluation or availability of current units for government evaluation; (10) test reports documenting performance of developmental or production units. Responses shall be submitted via e- mail to SPAWARSYSCEN Atlantic, Jo Ann Lawless, Contract Negotiator, at joann.lawless@navy.mil. All other questions and comments are to be directed to Jo Ann Lawless via e-mail address joann.lawless@navy.mil. (THIS REQUEST FOR INFORMATION/MARKET RESEARCH IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT, OR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET- ASIDE BASED ON RESPONSES HERETO. This request for information/market survey closes 10 days from the date of this notice is published.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bd3aa88b976a37d2998d87f0811a7088&tab=core&_cview=1)
 
Record
SN01786749-W 20090408/090406220830-bd3aa88b976a37d2998d87f0811a7088 (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.