Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
SOURCES SOUGHT

63 -- Market Survey for Base Expeditionary Target Surveillance System-Combined (BETSS-C) Enhanced Automated Detection Capability (EADC)

Notice Date
4/23/2010
 
Notice Type
Sources Sought
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-10-RFI-NV01
 
Response Due
4/30/2010
 
Archive Date
6/29/2010
 
Point of Contact
Regina Venezia, (732) 532-4067
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(Regina.Venezia@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This request for information (RFI) is for planning purposes only and shall not be considered as Request for Task Execution Plan (RTEP) or as an obligation on the part of the Government to acquire any services or hardware. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Performance Work Statement, and Performance Specification. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to same. The Army is conducting market research to determine the status of currently available commercial products and technologies that are capable of providing Enhanced Automated Detection Capability (EADC) for the current fleet of Base Expeditionary Target Surveillance System-Combined (BETSS-C) systems. The Army is primarily interested in products with technologically mature sensor systems and/or a commercial off the shelf (COTS) sensor solutions consisting of hardware, firmware, and software that will provide day/night visibility with Automated Detection features that enhance the Armys Information, Surveillance, and Reconnaissance (ISR) portfolio, can be put into service with minimal training, and increases operator effectiveness. Salient and desired characteristics of the EADC system include: A minimum 360 degree electro-optic and infrared automated detection with a scan elevation of minus 30 to positive 60 degrees from a horizontal installation point; Sensor capable of providing ADC out to 13 kilometers in a day/night environment with audio and visual alarms (alerts) to prompt slew-to-cue of primary sensor to area of interest or to an area of interest identified by the operator; Scan rate adequate to detect changes and provide alerts that allow other sensors to assess of moving personnel and vehicles within the detection area; Scan area selectable by the user (azimuth and elevation) to optimize the detection scan to the surrounding terrain, to filter out high traffic areas or areas under continuous surveillance by other systems, and to focus detection scan on areas of interest; and, No operational radio frequency or laser light emitting devices active in the configuration. Preferred mounting of sensor would be to existing BETSS-C or Legacy Rapid Aerostat Initial Deployment (RAID) 80 or 107 foot tower, but is not required. The system must be operable by a skill level 1 soldier that has some knowledge/training of ISR equipment currently fielded in the Iraq and Afghanistan theaters of operation. In the event the Army determines that commercial solutions are feasible, it will be necessary to assess industrys ability to commence high rate monthly production within 3 months from contract award leading to delivery and platform installation of a notional quantity of 100 or more systems on or before the end of Fiscal Year 2011. Interested sources are requested to provide complete descriptions of existing products or products that will be available for delivery within the timeframe indicated above. Industry responses must include sufficient documentation to support any claims that their system performance will meet the minimum performance capabilities contained herein. Such documentation may include system technical specifications, product brochures and related literature, performance test data, system drawings and/or photographs, or any other data to support the state of system development and or production readiness. Additionally, industry responses are to specifically include an outline of supply chain considerations with emphasis on any known long lead items that may adversely impact high rate production in an accelerated environment. Any limitations to ramping up to high rate monthly production and system integration considerations must be addressed along with proposed resolutions to potential production impediments. Industry responses should also include projected monthly production capabilities to include critical subcontractor and vendor production capacity along with estimated unit prices assuming a notional 1 November 2010 award date. Responses to this RFI are due by 1700 hours on 30 April 2010. Technical questions and industry responses are to be sent via email to Raef Schmidt at Raef.Schmidt@us.army.mil. All material submitted in response to this market survey must be unclassified. Interested parties possessing the capacity to deliver products meeting the requirements outlined above are requested to provide a White Paper describing: 1. Corporate capabilities, past and current relevant performance information, available facilities and assets; 2. Technical and management approach for executing a BETSS-C EADC to include a detailed design; procurement of subsystems and components and the integration of sensor components onto existing RAID towers; rigorous contractor test and integration data; supporting technical documentation; and, operation and sustainment considerations; 3. A cost estimate on a Rough Order of Magnitude (ROM) to meet or exceed the notional requirements outlined above; 4. A supporting program schedule that represents a low risk approach to meeting the objectives outlined above; 5. An assessment of the associated risks for this program and respective risk mitigation approaches; and, 6. Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. Commencing mid May 2010, the Government may afford interested parties an opportunity to discuss the contents of their White Papers during an industry one-on-one session where it is envisioned the parties will engage in an active information exchange dialogue to aid in the governments feasibility assessment. It is anticipated that any such sessions would not exceed 2 hours and will be held at Fort Belvoir or Fort Monroe, VA. Additionally, the government may allow interested parties an opportunity to provide a demonstration of their EADC solution integrated onto a government provided tower in a field environment. It is anticipated that the demonstrations would take place at Ft. Huachuca, AZ over a 3 day period in the late July to mid-August 2010 timeframe. Participation in this demonstration will be entirely voluntary and any expense associated with a decision to participate will be borne entirely by the company. All participants in the demonstration must be US citizens and have at a minimum, a SECRET security clearance. Prior to the demonstration, participants will need to provide a one day training session for operators of the sensor and will be required to execute a product demonstration liability disclaimer. At its sole discretion the government may provide participants with an informal written assessment of the capabilities demonstrated during this phase of the market research. The Government will not provide a full system capability debrief or assessment of the systems performance at the conclusion of the demonstration. The demonstration is a continuation of market research and will be used for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or request for proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. Participation in the demonstration and any results gathered there from will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor participation in the demonstration. The contractor grants the government unrestricted rights to use any data gathered during the demonstration for use in assessing the feasibility of proceeding with a BETSS-C EADC acquisition strategy. This announcement concerning an EADC product demonstration does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The contractor is solely responsible for adequately marking proprietary or competition sensitive information provided to the government. The Government does not intend to award a contract on the basis of this request for information, product demonstration or to otherwise pay for the information submitted in response to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a8fc6d53d53f111d7d1c97a898b6f0b8)
 
Place of Performance
Address: PM NV/RSTA, PEO IEWS ATTN: SFAE-NV-BMD, Building 1201 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02131577-W 20100425/100424000312-a8fc6d53d53f111d7d1c97a898b6f0b8 (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.