SOURCES SOUGHT
10 -- Autonomous Mine Detection System (AMDS)
- Notice Date
- 9/6/2012
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-12-X-B012
- Response Due
- 9/27/2012
- Archive Date
- 11/26/2012
- Point of Contact
- Joan Williams, 9737246644
- E-Mail Address
-
ACC - New Jersey
(joan.m.williams56.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice The U.S. Army Contracting Command - New Jersey (ACC-NJ) on behalf of the U.S. Army Project Manager Close Combat Systems (PM CCS) is conducting a Market Survey to identify companies having the technology, qualifications, and capabilities to perform as the lead integrator of the detection, marking and neutralization capabilities described below onto the Man Transportable Robotic System Increment 1 (MTRS 1) platform( (TALON 4), all which shall be controlled by single control unit. The system should perform the following: 1. Detect IEDs composed of remotely detonated artillery rounds buried in the ground, emplaced above-ground and potentially camouflaged; surrogate 155mm artillery shells; (CDD); Triggering Mechanisms (Non-explosive targets buried with or without metal (e.g. Pressure plates composed of Carbon Rods, Ball Bearings, Spring Supported, Rubber Tire, Double Lamp Cord, Copper Wire such as Alternator Wire, and non-metallic AP mines); 2. Detect surface laid and buried, metallic and low-metallic, antitank and antipersonnel landmines and scatterable munitions; 3. Detect other explosive hazards (e.g., booby traps, explosively formed projectiles) that are either above ground, partially buried, or emplaced in such a way that they are concealed; 4. Mark a safe path of travel through a suspected minefield; 5. Mark detected targets, including IEDs, mines and explosive hazards; and 6. Neutralize detected IEDs, mines and explosive hazards. Respondents should include the following applicable information in their responses: (1) Probability of Detection (Pd) and associated False Alarm Rate (FAR) against Explosive Hazards Type. Rate of Advance Downtrack (Road) - forward speed (in square meters per minute)while detecting and marking, and Probability of Neutralization (Pn) (2) Details on system operation in a wide class of military environments such as dust, extreme heat and cold, precipitation, humidity, and electromagnetic environments. (3) Integration of prototype detection/marking and neutralization capabilities on an existing MTRSplatform(s), including the soldier operated interface(s). (4) A description of the size, weight and power (SWaP) requirements of all components intended to be added to the MTRS platform including the total for all sub-systems as well as a break down by individual systems components (i.e., sensor, articulation system, computational/autonomy hardware, etc.) (5) Receiving Operator Characteristics (ROC) curves and/or verifiable test data with documentation/references about performance specifications for each threat type and the soil type and burial depth. Results of this market research may be used to formulate a near term development program (6) Technical Drawing Package generation and maintenance capabilities, as well as any data rights restrictions or limitations. (7) Low Rate Initial Production capabilities Companies who desire to participate in this market survey are encouraged to submit a white paper which supports the company's claim that it presently has the technology, qualifications, and capabilities to act as a lead system integrator to oversee all of the above mentioned objectives, and/or satisfy one or more of the performance and technical objectives described above. The white paper should discuss the company's detection sensor, marking capability, and neutralization component supported by performance test results. The white paper should also discuss related company experience and include point(s) of contact. The white paper should be prepared in MS Word, limited to ten (10) pages (test results may be included as attachments). Responses should also include a cover letter (not included in the page count) providing: 1. A point of contact for your Company which will include: the contact's name, address, website (if available), phone number, and email address as well as your company's Cage Code and Duns Number. 2. Is your company currently providing similar services to another government agency or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially (outside the federal Government.) a. If you elect to provide information on your past and current customers to which you provided similar products, include the customers/company name and point of contact, phone number and address/e-mail where they can be contacted. b. Indicate, company size(please verify as either Large, Foreign, Small, Small Disadvantage, 8(a), Woman- Owned Small Business, or Service-Disabled Small Business). 3. Qualified Sources should also provide the following: a. Is your organization interested in being a Prime contractor or a Subcontractor? b. If you are a small business and plan to be a prime, please inform how you will meet the limitations on subcontracting Clause 52.219-14. c. If your company was awarded a contract, would your company be able to perform at least 50% (percent) of the work required in house? d. The Government understands that teaming is an intricate part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house? This market survey is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of the market survey. The Government is not obligated to notify respondents of the results of this survey. Interested sources should submit their qualification data and requested information no later than 1700 hrs EST on 27 September 2012 by email to joan.m.williams56.civ@mail.mil and victoria.r.bocchino.civ@mail.mil. Interested sources may also submit their response to US Army Contracting Command, ATTN Joan Williams and Victoria Bocchino, Building 10, Picatinny Arsenal, NY 07806-5000. Telephone responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/89555eca23da5f4485980cee3e389ea0)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN02871842-W 20120908/120907001918-89555eca23da5f4485980cee3e389ea0 (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 |