Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2013 FBO #4367
SOURCES SOUGHT

A -- Request for Information on Bi-Static Frequency Domain Electromagnetic Sensor Systems for Cavity Detection

Notice Date
11/6/2013
 
Notice Type
Sources Sought
 
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-14-X-D003
 
Response Due
12/6/2013
 
Archive Date
1/5/2014
 
Point of Contact
Kristen Kachur, 973-724-3217
 
E-Mail Address
ACC - New Jersey
(kristen.kachur@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information on Bi-Static Frequency Domain Electromagnetic Sensor Systems for Cavity Detection The U.S Army Contracting Command - New Jersey (ACC-NJ), Picatinny Arsenal, NJ, on behalf of the US Technical Support Working Group (TSWG), is conducting a market survey to identify potential sources for the state-of-the-art technology, within industry, in the area of Bi-Static Frequency Domain EM systems to identify the position, extent and depth of underground resistors (cavities or voids). The TSWG is seeking sources interested in providing information and subject matter expertise on how to build, integrate, and deliver a state-of-the-art Bi-Static Frequency Domain EM (BSFDEM) sensor system that can identify the position, extent and depth of subsurface cavities and other resistive subsurface targets of interest. The goal is to provide a BSFDEM that can identify the position, extent and depth of cavities with both high probability of detection and localization accuracy that is able to be transported, assembled, operated and disassembled by a two man team with all operators and components transported in a single vehicle. The BSFDEM sensor system is composed of a magnetic field transmitter (TX), magnetic field sensors (RX), a highly accurate GPS unit (or units) and a processing unit. The Bi-Static system should include a transmitter that will be located at some distance from the void location. The transmitted field will interact with subsurface materials, both conductive and resistive, causing perturbations in the magnetic field(s) measured by the multiple magnetic field sensors. The processing unit should communicate with the magnetic field sensors and the GPS unit(s) to digitize and record the magnetic field data from the sensors and combine this data with the GPS location information. The system should be composed primarily of commercial-off-the-shelf (COTS) components to facilitate ease of obtaining parts and repair in austere locations supported primarily by local commercial vendors. The estimated performance of the transmitter (TX), receiver sensing system (RX) and GPS are detailed in the following paragraphs. Responders are encouraged to review and propose changes in the proposed design in order to achieve performances that exceed those definitions of the system. System size, weight, power, cost, reliability and ease of operation are major factors that will be reviewed. The transmitter (TX) should be able to emit continuous waveforms in the range 1 kHz to 1000 kHz in increments of no more than 50 kHz. Multiple waveforms/frequencies simultaneously would be preferred. The TX output should be adjustable and have a magnetic moment of at least 10 Amp meters (A?m); however, the TX power cannot be so strong as to interfere with FCC (or location equivalent) transmission restrictions. The TX needs to be reasonably portable, requiring no more than two individuals to position and set up. TX power supply must be portable (e.g., rechargeable battery). The receiver (RX) component should be capable of sensing continuous waveforms in the range 1 kHz to 1000 kHz. Multiple waveforms/frequencies simultaneously would be preferred. 24-bit A/D resolution is required. The RX component must be lightweight (less than 25 lbs) such that it is man-portable with the potential option to vehicle-mount or tow the RX. Power supply should be integrated into sensor. System setup time should be less than 0.5 hours and any subsequent system calibration or configuration changes should take no more than 10-15 minutes. The system should be able to be transported to/from a survey site by a passenger vehicle (e.g., van). The system is required to yield a sensitivity of 10 femtotesla (fT) or better with a noise level of approximately 1 fT/Hz1/2. Output of the system must be at a minimum of 10 Hz and reflect the least amount of signal processing necessary. EM data should be geotagged with GPS position data having accuracy better than 20 cm. Raw data storage should be internal to the system (hard memory, solid state drive). Access to the data should be easy and simple (e.g. USB port, SD card, etc.). Redundant data storage would be preferred with the raw data being stored to more than one on board storage location or sent to another storage device wirelessly. During operation the user should be provided system health messages onscreen (e.g. battery life, proper data storage, GPS operational, etc.) During operation the user should be provided real-time data onscreen. The system must be able to run continuously for a minimum of 2 hours and function in extreme weather, with temperatures ranging from 0 to 140 degrees Fahrenheit. Sensors must be software controllable through the processing unit with an integrated Graphical User Interface (GUI). Government purpose rights for all source and compiled code is encouraged (and may be required) as part of any system. Responses to this RFI must be unclassified. Responses should be submitted no later than 1700 hours on 06 December 2013. Electronic responses are to be in Adobe PDF or Microsoft Word format using a size 12 font with one inch margins. Adobe PDF format is preferred. Responses should include a cover letter and at a minimum, provide the following: 1. A cover letter (optional) 2. A cover page labeled with the heading BSFDEM for Cavity Detection, name of company, name of corporate point of contact (POC), name of technical POC, telephone number for each POC, full mailing address, e-mail addresses for each POC, CAGE Code, and any other pertinent information. 3. No more than fifteen pages of technical information including: (a) Component and system technical descriptions, system block diagram and estimated performance (b) Narrative describing how the specified technical requirements would be addressed and fulfilled (c) Corporate competencies and past performance experience with regard to development and modification of commercial systems including relevant history of ability to develop and integrate similar technologies (d) Rough estimate of costs and timeline (e) An indication as to whether the technology is sufficiently mature to build and demonstrate, or whether additional development would be more appropriate prior to a subsequent build. Prefer technology solutions with readiness levels that can support production and fielding within the next two years. (f) Describe any Independent Research and Development (IRAD) programs applicable to this RFI regarding government modified commercial systems for applications such as this. (g) changes in the proposed design to achieve performances that exceed definitions of the system 4. Specification sheets and product information may also be provided in addition to the Response. Please submit all pages as a single (.doc or.pdf) file. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Please be advised that all submissions become Government property and will not be returned. This request for information (RFI) is for information and planning purposes only, and shall not be construed as an invitation for bid, request for quotation, request for proposal, or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis 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. If a formal solicitation is generated at a later date, a separate solicitation notice will be published. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. All responsible, interested sources are encouraged to submit their capabilities/qualification data along with any questions no later than 06 December 2013 to the following: U.S. Army Contracting Command-New Jersey(ACC-NJ), ATTN: Kristen Kachur, ACC-NJ-ET, Building 9, Picatinny Arsenal, NJ 07806-5000, email: kristen.e.kachur.civ@mail.mil. NO TELEPHONE INQUIRIES WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/faa160b71205f25952e12e79b1399306)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 9 Phipps Road Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03229307-W 20131108/131106234013-faa160b71205f25952e12e79b1399306 (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.