Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
SOURCES SOUGHT

59 -- Unattended Ground Sensor (UGS) Systems - Request for Information (RFI)

Notice Date
9/16/2011
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-11-RUS-UGS2
 
Response Due
10/18/2011
 
Archive Date
12/17/2011
 
Point of Contact
Hung Le, 443-861-2289
 
E-Mail Address
ACC-APG (C4ISR)
(hung.le@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Unattended Ground Sensor (UGS) Systems. The Department of Army, Product Manager - Robotic and Unmanned Sensors (PM-RUS), Unattended Ground Sensors (UGS) Program is requesting information from industry on a complete system and/or individual system components that can meet the below objectives. The purpose for this request is to identify smaller, lighter, more tactical UGS systems, imaging UGS (iUGS) and system components that are capable of complimenting and/or replacing existing in-theater UGS systems, imagers and components. Information obtained will be used to facilitate a future PM-RUS UGS industry day and subsequent technology demonstration(s). This Request for Information (RFI) is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal, or as an obligation on the part of the Government to acquire any products or services. 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. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request. 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, Statement of Objectives and/or Performance Based Specification(s). Parties responding to this RFI are responsible for adequately marking proprietary or competition sensitive information contained in their response. System/Component Description: The intended system is a near real-time sensor and imaging system that is simple to deploy, operate, and transport, with the capability to detect, capture image and report enemy digging/IED activity, surface traffic/movement and/or subsurface activity. There are no restrictions on the types of detection modalities. Examples of proven modalities include but are not limited to seismic, magnetic, Passive Infra Red and radar. Individual stand-alone system components such as sensors, imagers and user interfaces are also requested and highly desired. Such individual components should meet the above mentioned criteria and be capable of integration and interoperability with already existing Army sensors, TOC based C2 and network systems where applicable. To meet the integration and interoperability requirement, UGS systems and individual standalone system components should also be interoperable with and capable of cueing already existing Army cameras, lasers, Unmanned Systems (UMS), and weapon sights/targeting capabilities required to obtain enemy positive identification and target the enemy. System, sensor and imager emplacement and operation should be intuitive to the user/emplacer with expendability of sensors is preferred. The imagers should be day/night capable and can vary in range capability and image quality. Imagers capable of capturing images at extended ranges and imagers solely capable of capturing images local to the immediate detection radii of the detection sensor are highly recommended. The emphasis for all imager submissions is smaller, lighter and more tactical. The detection reports and images must be capable of being transmitted directly to a compact User Interface via RF, SATCOM or 3G/4G Network link. Individual sensor detection report and imager transmission ranges can vary. The intended end users of these solutions are Infantry company and below formations. System Hardware Objective: A System includes 1 receiver/user interface, antenna, sensors and day/night capable cameras/sensors. The camera and sensors shall be constructed of rugged materials, be water tight and corrosion-proof allowing burial for security and stealth. System Emplacement: The systems should be capable of deployment by one or more of the following methods; Human: Hand emplaced by the Soldier. Hand emplaced sensors and imagers should be intuitive and able to be accomplished in less than 5 minutes within already existing movement and maneuver tasks (Stop, Look, Listen, Smell (SLLS), map recon, etc.). Individual/Crew Served Weapons: Emplaced via Soldier individual and crew served weapons such as the M-203, MK-19 and Javelin. Artillery: Emplaced via 60mm and 81mm mortars and 105mm and 155mm howitzers. Aircraft: Air dropped/emplaced via manned rotary wing and fixed wing aircraft such as the UH-60, CH-47 and C130. UMS: Emplaced via Unmanned Aircraft Systems (UAS) such as the Raven, Puma AE, Shadow, Grey Eagle, Predator and Reaper or Unmanned Ground Vehicles (UGV) such as the SUGV, PackBot, Throwbot, Talon, SMSS/SMET and similar systems. Test Objectives: Electromagnetic Interference: The system and/or individual components shall meet MIL-STD-461E, RE 102 for Radiated Emissions and RS103 for Radiated Susceptibility. Environmental: The system and/or individual components shall be able to operate in and survive in both the Continental United States (CONUS) and the Central Command Area of Responsibility (CENTCOM AOR) and in particular in the Multi National Coalition-Operation Enduring Freedom (OEF) under the climatic design type conditions Hot-Dry (A1) and Basic Cold Army as indicated in AR 70-38. High Temperature (operating): the system and/or individual components shall be fully functional without damage or degradation of performance while operating at temperatures of +49 deg C (120 deg F). High Temperature (storage): the system and/or individual components shall be fully functional without damage or degradation of performance while stored at temperatures of +71 deg C (160 deg F). Low Temperature (operating): the system and/or individual components shall be fully functional without damage or degradation of performance while operating at temperatures of -32 deg C (-25 deg F). Low Temperature (storage): the system and/or individual components shall be fully functional without damage or degradation of performance while stored at temperatures of -33 deg C (-28 deg F). Rain: the system and/or individual components shall comply with MIL-STD-810G Method 506.5-1. Sand & Dust: the system shall comply with MIL-STD-810G Method 510.5. Immersion: the system and/or individual components shall comply with MIL-STD-810G Method 512.5. Performance Objectives: Other than those previously mentioned in this request, there are no additional performance restrictions with respect to this initial request for information. As stated earlier, PM-RUS will use the information to help shape future Army UGS solutions and to facilitate its upcoming industry day and technology demonstration(s). Size, Weight and Power (SWaP) Objectives: Other than those previously mentioned in this request, there are no additional SWaP restrictions with respect to this initial request for information. Systems and individual system component SWaP availability can vary depending on mission duration and method of emplacement. As stated earlier, PM-RUS will use the information to help shape future Army UGS solutions and to facilitate its upcoming industry day and technology demonstration(s). Recommended RFI Response Format All material submitted in response to this RFI must be unclassified. Interested parties possessing the capacity to deliver products meeting the objectives outlined above are requested to provide a White Paper in electronic format describing the approach to produce, manage and meet the production/performance objectives established above and should address the following items: 1. Company Name, Contact Name, Position, Telephone, E-mail, Company URL 2. Comments with regard to the feasibility achieving the stated production/performance objectives within the time frames specified to include a supporting program schedule that represents a low risk approach to meeting the objectives outlined above. 3. Provide an assessment of the associated risks for the program and respective risk mitigation approaches to include potential throughput challenges, production test reject rates and challenges associated with resolution of the potential top three yield problems. 4. Submission of alternative strategies, suggestions for acceleration of system delivery, test, qualification, recommendations for economic ordering quantities, economical range quantity breaks, realistic schedules for production ramp up and surge quantities, and monthly production sustainment quantities are of significant interest to the Government. 5. Technical and management approach for executing the program including a detailed design; procurement of subsystems and components and the integration of sensor components; rigorous contractor test and integration data; supporting technical documentation; and, operation and sustainment considerations. 6. A Rough Order of Magnitude price estimates for system, system components spares and training. 7. Information about the current level of environmental qualification of the system or system components being described as well as its predicted or actual reliability. 8. Information must include complete descriptions of existing products that will be available for demonstration and must include sufficient documentation to support any claims that the 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 or system component development and or production readiness. 9. Outline of supply chain considerations with emphasis on any known long lead items that may adversely impact high rate production in an accelerated environment and strategies to overcome potential parts obsolescence problems. 10. Address projected monthly production capabilities to include critical subcontractor and vendor production capacity along with any limitations to ramping up to high rate monthly production and system integration considerations along with proposed resolutions to potential production impediments. 11. Corporate capabilities ( i.e., available facilities and assets to include existing production facilities, total available square footage to include additional floor space available for expansion; amount that could be dedicated to the program, quality management programs, manufacturing process controls and configuration management control systems) and company profile (i.e., company type, US or non-US ownership, Cage code, DUNs number, size and status as listed in the Central Contractor Registration). 12. Past and current relevant performance information. 13. Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. RFI Administrative Information This request for information is for planning purposes only; this is not a Request for Quotations (RFQ) or Proposals (RFP). No solicitation document exists and a formal solicitation may or may not be issued by the Government because of the responses to this RFI. The Government may conduct an Industry Day on or about early DEC 2011 to discuss prospective capabilities per the responses to this RFI. The Government will not be liable for payment of any expenditure incurred for response preparation purposes or to attend the industry day. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response All interested firms that possess the capabilities and capacities addressed herein are encouraged to respond to the notice by providing the information specified below, on or before 1700 hours on 18 Oct 2011. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint. If a soft-copy cannot be provided, written information will be accepted. Information may be provided through mail, or via e-mail. You may forward your UNCLASSIFED responses to PM Robotic & Unmanned Sensors, ATTN: SFAE-IEW-NV-RUS (Mr Robert Sukiennik) Building 6006, B2-133, Combat Drive, Aberdeen Proving Ground, MD 21005 or via email to robert.a.sukiennik.civ@mail.mil. Sources responding to this notice should indicate whether or not they are a small business. Questions regarding this RFI may be addressed to Mr Thomas Almuttil at thomas.m.almuttil.civ@mail.mil or Mr Robert Sukiennik at robert.a.sukiennik.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a407beb925b1da586fa9371ffcf78879)
 
Place of Performance
Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02581089-W 20110918/110917000950-a407beb925b1da586fa9371ffcf78879 (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.