SOURCES SOUGHT
A -- SEARCH RADAR TO DETECT SURFACE LAID WIRE NEAR AND EXTENDING FROM ROADWAYS
- Notice Date
- 4/13/2009
- 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 CECOM Contracting Center-Washington, US Army CECOM Contracting Center-Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY-09-Q-0004
- Response Due
- 4/21/2009
- Archive Date
- 6/20/2009
- Point of Contact
- Peggy Melanson, 703-325-6096<br />
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command CECOM Contracting Center, Washington Sector, on behalf of the U.S. Army Research, Development and Engineering Command (RDECOM), Communications-Electronics Research, Development, and Engineering Center (CERDEC), Night Vision and Electronic Sensors Directorate (NVESD), Countermine Division is conducting market research under Request for Information (RFI) W909MY-09-Q-0004, to identify companies having technology, qualifications, and capabilities to demonstrate ground vehicle mounted search radar with the capabilities to detect wire (single or multi-strand and various gauges), surface laid, near and extending from roadways. Specifically, the goal of the market research is to identify companies with prior experience and the ability to rapidly mature and demonstrate search type radar technologies to detect surface laid wire near and extending from roadways. Sensor mounted ground vehicles may include the Highly Mobile Multi-purpose Wheeled Vehicle (HMMWV) at speeds up to 15 kph. For this market research, search radar technologies include variations of fully polarimetric, or HH polarity operating at X-band (8 - 12 GHz) or higher frequencies, with a bandwidth of at least 500 MHz, having a minimum near range limit of 10 meters, real or synthetic aperture generated at least once per second, vertical beam spread of 17 degrees or greater, horizontal beam spread of 4 degrees or less. Search radar sensor data or output data stream must be defined and available for subsequent processing by the Government. Maturity for this market survey is defined as having a minimum technology readiness (TRL) level of 7, or a clear path to demonstrate a TRL 7 or greater within 6 months. Technically mature, TRL 7 or higher, detection systems are being sought which have capability to provide detection performance at standoff ranges required by Coalition and Partner Nation military forces that conduct route clearance missions. The detection systems will be expected to be able to detect a wide variety of electrically conductive thin strain wire or wires which are surface laid, across, parallel and extending away from improved or unimproved roads for a distance of up to approximately 500 meters. Sources possessing the capabilities to satisfy this requirement are invited to submit a ten (10) page White Paper providing a description of their system. The White Paper shall include, at a minimum: a. Device name, brief description of technology, and system specifications (including relevant parameters such as bandwidth, resolution, field of regard, range, etc.); b. Types of wire that the system can detect and, if available, estimated probabilities of detection and false alarms for the different wire emplacements under realistic clutter environments and identify expected sources of interferences/false alarms; c. Estimated standoff range (sensor to target) and description of proposed remote operation; d. Known limitations for wire detection applications (e.g. cannot penetrate 1 cm of dry soil, cannot penetrate 1 cm of moist/wet soil, cannot detect non-electrically conductive strands, etc.); e. Other agency testing performed to date, estimated TRL, points of contact and phone numbers for references; f. Other agency purchase or field trials to date, points of contact, phone numbers and email addresses for references; g. Size and weight of device; h. Power requirements; i. Environmental requirements; j. Unit cost at less than 10 units and 150 unit quantities; k. Electrical safety and RF emission compliance (Indicate if system is DoD 1494 RF spectrum approved/compliant); l. Concepts of operation; m. Estimated rate of advance in search mode (km/hr) and coverage rate (square km/hr); n. Please state whether or not your company is considered a small business or a large business. If you are a small business, please also indicate if you are an 8(a), HUBZone or Service-Disabled Veteran-Owned business; o. If you hold a GSA Schedule contract (874 or other), please provide the Schedule number. Each respondent should also provide point of contact information to include: company name, contact name, company Address, website (if applicable), contact phone number, and contact email address. This notice is provided for information only and is not a Request for Proposal (RFP). The Government does not intend to pay for information submitted nor will the Government return any data provided. It is desirable that data be received with unlimited rights to the Government. However, it is recognized that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Respondents will not be notified of the results of this market research nor of the merits of the information they provide. No contract award will be made on the basis of responses received. The information will be used to support urgent, on-going, initiatives within the Department of Defense to analyze emerging requirements for Coalition and Partner Nation systems and may ultimately result in the Government developing and issuing a RFP. Responses should be submitted no later than 4:00 PM EST. on 21 May 2009. Responses should be emailed to Sabin Joseph, Contract Specialist, sabin.joseph@us.army.mil with a copy to jay.a.marble@us.army.mil. The subject of the email message shall be: W909MY-09-Q-0004, Market Research Response, Your Companys Name. All questions of a technical nature should be addressed to Dr. Jay Marble, Principle Investigator, at jay.a.marble@us.army.mil. All contractual questions should be addressed to Ms. Patricia Davis, Contracting Officer, at pat.davis@us.army.mil. NO TELEPHONIC QUESTIONS WILL BE ACCEPTED.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e65c427ae5b0b2b138b1cc051fa6e85c&tab=core&_cview=1)
- Place of Performance
- Address: US Army CECOM Contracting Center-Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA<br />
- Zip Code: 22331-0700<br />
- Zip Code: 22331-0700<br />
- Record
- SN01792056-W 20090415/090413221532-e65c427ae5b0b2b138b1cc051fa6e85c (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 |