Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2015 FBO #4813
SOURCES SOUGHT

59 -- Husky Mounted Detection System

Notice Date
1/26/2015
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-15-R-F004
 
Response Due
2/16/2015
 
Archive Date
3/27/2015
 
Point of Contact
Brendan A. DeLuca, 703-704-0816
 
E-Mail Address
ACC-APG - Washington
(brendan.a.deluca.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Product Manager for Counter Explosive Hazard (PdM-CEH) is seeking a qualified source to provide modifications to the Husky Mounted Detection System (HMDS). HMDS is a Counter Explosive Hazard system that provides standoff detection and marking of metallic and low-metallic surface-laid and shallow-buried antitank landmines, unexploded ordnance, trigger mechanisms, and deep buried Improvised Explosive Devices (IEDs) and metallic encased caches in support of Area Access route clearance operations. HMDS is a mission equipment package mounted on the Husky route clearance vehicle that includes a ground penetrating radar (GPR) and deep buried detection (DBD) capability. Note; the HMDS system includes proprietary software packages for which the Government does not have data rights. Modifications sought are for the GPR component of the current design and include the panel exterior cover as indicated below: -To improve GPR ruggedness, a new cover material is desired that has the following minimum properties: transparent to ultra wideband radio frequency energy; high strength; impenetrable by rain, moisture, sand, and dust; low cost; able to withstand multiple impacts with the road surface (paved and unpaved roads); doesn't reduce the probability of detection or increase the false alarm rate compared to the current panel; and maintains these properties over the operating temperature extremes of 31.7C to +57.2C (-25F to 135F). -Modifications to reduce the adverse effects on automatic sensor height control due to water that is standing or flowing across the GPR panel nose are also desired (may include both hardware and software modifications). The water management solution must have the following minimum properties: transparent to ultra wideband radio frequency energy; doesn't compromise the environmental properties of the new panel cover (see item above); doesn't reduce the probability of detection or increase the false alarm rate compared to the current panel; and maintains these properties over the operating temperature extremes of 31.7C to +57.2C (-25F to 135F). It is currently estimated that these modifications (delivered and installed hardware) would need to be fully integrated into the existing design by 1 August 2015 to support HMDS system level risk reduction testing. Please note this is NOT a Request for Proposal. Offerors shall be responsible for any costs associated with preparing responses to this market research. Interested Offerors are requested to submit a White Paper that describes the Offeror's specific technologies and devices which meet the required capabilities described above. Offerors must detail their previous knowledge and experience demonstrating the performance of such modifications to GPR systems comparable to the HMDS GPR system. Offerors that cannot provide sufficient detail on their knowledge and experience with such GPR modifications will not be found capable. Company experience, personnel, existing facilities (R&D and production), and other relevant capabilities should also be identified. The White Paper shall be no more than 15 pages and be prepared in Microsoft Word, Times New Roman font, size 12. 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. In addition, please provide a Cage Code and Duns Number. 2. Statement as to whether or not your company is considered a small or large business. If your company is a small business, please indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. 3. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 4. Is your company currently providing similar products 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 products commercially (outside the federal Government.) a. If you elect to identify 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. If you are a small business and plan to be a prime, please inform how you will meet the limitations on subcontracting Clause 52.219-41. c. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? The information received in response to this market survey is for informational purposes only. Respondents will not be notified of the results of the evaluation of the information provided. It is desirable that data be received with unlimited rights to the Government. However, if proprietary data is included please clearly mark such information. Responses are to be submitted via email to the Contract Specialist, Brendan Deluca at brendan.a.deluca.civ@mail.mil within 21 days after issuance of this market survey. The Government will consider all responses submitted on time. All requests for further information must be made via email; telephone requests for additional information will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b51f6a674af6d79feeaf54f42ba845a2)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03624438-W 20150128/150126234301-b51f6a674af6d79feeaf54f42ba845a2 (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.