Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
SOURCES SOUGHT

A -- Research in Enhancements of Minehound VMR3 Dual-Sensor Handheld Mine Detector

Notice Date
11/29/2011
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG (C4ISR)-DC, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-12-Q-HMDM
 
Response Due
12/30/2011
 
Archive Date
2/28/2012
 
Point of Contact
Alison Landin, 7037040157
 
E-Mail Address
ACC-APG (C4ISR)-DC
(alison.landin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Contracting Command-Aberdeen Proving Ground (APG) - Belvoir Division, 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 experienced, qualified sources to conduct research in enhancing and customizing the dual sensor Minehound VMR3 (VMR3) handheld detection technology to meet humanitarian demining requirements. Research will involve design and engineering of hardware and software modifications to the VMR3 to include detection footprint for detection of low-metallic anti-personnel (AP) mines at various burial depths, human engineering factors, automatic terrain adaptation, automatic target recognition (ATR) software and software management tools to support minefield operations. More specifically, the Army is seeking sources having previously developed and fully tested dual sensor handheld mine detection technology that combine metal detector and ground penetrating radar sensors. Sources should describe past experience in designing and developing dual-sensor handheld mine detector improvements; capabilities to design, develop, integrate and test a new dual sensor mine detector; and demonstrate cost reductions in corollary detectors over the last year. Sources possessing the capabilities to satisfy these expertise requirements are invited to submit a White Paper, no longer than ten (10) pages, providing a description of their credentials. The White Paper shall include, at a minimum: 1) a description of the system and validating information supporting claims that the proposed system meets the system performance specifications, 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 VMR3 design and improvement product components, 5) past performance information, 6) price schedules/catalogues (not included in the page count). Papers shall also include point (s) of contact (email and phone numbers) for further Government inquiry should more information be desired, name and address of firm, and Central Contractor Registration CAGE Code. Respondents must also include information regarding 1) customary practices (including warranties, discounts, etc.), and under which commercial sales of the products are made, 2) requirements of any laws and regulations unique to the item being acquired and 3) current level of firm's facility clearance (Secret, Top Secret, or No Clearance). This is NOT a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings from this survey. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. 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 Alison Landin, Contract Specialist at: alison.m.landin.civ@mail.mil Acknowledgement of receipt will be issued. The subject of the email message shall be: Minehound VMR3 RFI - Your Company's Name.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/45d54373c1703ec578a161490ff1e69c)
 
Place of Performance
Address: ACC-APG (C4ISR)-DC ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02629831-W 20111201/111129234041-45d54373c1703ec578a161490ff1e69c (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.