Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2015 FBO #4824
SOURCES SOUGHT

A -- Handheld Multi-Sensor Explosive-Hazard Detection Systems

Notice Date
2/6/2015
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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-F005
 
Response Due
3/9/2015
 
Archive Date
4/8/2015
 
Point of Contact
Tonya Heyward, 7037043436
 
E-Mail Address
ACC-APG - Washington
(tonya.l.heyward2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Contracting Command - Aberdeen Proving Ground, Belvoir Division (ACC-APG Belvoir) on behalf of the US Army RDECOM CERDEC Night Vision and Electronic Sensors Directorate (NVESD) is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10. Responders to this Sources Sought/Request for Information (RFI) are asked to provide their technical capability information (aka Statement of Capabilities) required to perform the requirements provided below. Statements should address the specific requirements of this notice and identify the vendors' specific capability to complete these requirements, including, but not limited to a description of corporate experience with similar projects and information on applicable industry certifications at the individual and organizational level as well as describing investments in quality/process improvement activities. The NVESD Countermine Division, Dismounted Soldier Application Branch is seeking experienced, qualified sources to design handheld multi-sensor explosive-hazard detection systems. The objective is to mature advanced sensor designs and investigate methods to integrate sensor and display components into a lightweight and low cost handheld system that will provide a high probability of detection against the wide range of buried explosive hazard threats. Buried explosive hazards can include landmine threats; deeply buried metallic and non-metallic improvised explosive device (IED) main charges; and triggering mechanisms to include non-metallic conductive components and wires. Design solutions that have a low training burden, are easy to use, can improve the discrimination of targets from clutter, and have improved rates of advance over current multi-sensor handheld detectors are of interest. The Government is seeking sources having previous success in developing multi-sensor handheld explosive hazard detection systems with the capability to discriminate targets from clutter objects. Sources should describe past experience in designing and developing multi-sensor handheld detectors and current capabilities to design and validate integrated multi-sensor solutions. The Government seeks sources with key competencies to comprehensively meet the following requirements: 1. Investigate new ground penetrating radar (GPR) antenna designs that allow increased GPR detection footprint, deeper detection and better signal-to-noise ratios to detect buried explosive hazard threats. Buried explosive hazards can include landmine threats; deeply buried metallic and non-metallic IED main charges; and triggering mechanisms to include non-metallic conductive components and wires. Output raw and processed GPR data to feed automated detection algorithms and displays for user visualization. Mature GPR sensor components to a minimum Technology Readiness Level (TRL) of 4 within 12 months and to TRL 5 within 24 months from the start of the effort. 2. Investigate electromagnetic induction (EMI) sensor designs capable of detecting the full range of metallic and low-metallic buried explosive hazards components listed above. Research methods to discriminate targets of interest from other small metallic surface-laid or shallow-buried clutter in real time. Investigate methods to reduce interference from external EMI sources and decrease minimum separation distance required while operating multiple detectors in close proximity. Output raw and processed EMI data to feed automated detection algorithms and displays for user visualization. Mature EMI sensor components to a minimum of TRL 4 within 12 months and to TRL 5 within 24 months from the start of the effort. 3. Explore methods for detecting wires. Investigate data outputs from both GPR and EMI sensors to improve the probability of detecting wires. Explore alternative sensors that can increase probability of detection of wires over GPR and EMI sensors alone. Mature sensor components to TRL 5 within 24 months from the start of the effort. Explore methods for integrating those sensors into a single multi-sensor handheld detector solution. 4. Investigate and design integrated solutions for tracking the position of all detection sensors during operation. In order to improve the performance of future handheld explosive hazard detection sensors, accurate positioning information is desired. Positioning information is valuable for online operation in the field and for offline data collections used for algorithm development. To accurately evaluate algorithm performance, sensor position information must be accurate to the centimeter level. Sensor tracking design solutions shall output time-stamped 3D positional data to feed automated detection algorithms and displays for user visualization. Mature position sensor components to TRL 5 within 24 months from the start of the effort. 5. Investigate user interface display designs capable of providing additional information on targets encountered and feedback of sensor responses and position. Investigate methods to present data from all sensors to the user with both 2D and 3D visual representations on a display that can be mounted or integrated on the detector. Investigate display techniques that allow users to identify which sensor(s) alarmed on the object and provide additional information such as estimated depth to target, size and shape of target or other information that will help the user further discriminate targets of interest from clutter objects. Investigate methods to provide visual feedback to operators on swing speed, coverage area and gaps in coverage, sensor height from the ground, and other feedback useful for operator training and improved swing techniques. This visual feedback can be a modular component so as not to distract the operator during missions. 6. Investigate techniques for achieving higher signal to noise ratios with all sensor components including techniques to stack detection signals and incorporate sensor positioning information to further improve detection localization, target identification, multi-target resolution and clutter discrimination. 7. Explore new detection algorithms making use of enhanced sensor data and positional information to further improve detection localization, target identification, multi-target resolution and clutter discrimination. 8. Investigate designs to integrate sensor components with positioning sensors to validate proof of concepts for new handheld detector approaches. Investigate lightweight structural materials and novel sources of power to reduce detector size, weight and power requirements for an integrated sensor solution. Mature the design of a fully integrated multi-sensor solution with position sensors to TRL 5 within 36 months from the start of the effort. 9. Validate all sensors, display designs and algorithms ability to detect buried explosive hazard targets of interest to better understand the advantages and challenges of integrating local positioning data with sensor data for further discrimination capabilities. Responders should identify up to three relevant contracts and describe specific engineering experience, knowledge, understanding, and expertise under NAICS code 541712 Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology). The Government requests that interested offerors submit an electronic response of not more than twenty (20) pages, 8.5 quote mark x 11 quote mark paper, 12 pitch, Times New Roman font, with a minimum of one (1) inch margins all around. Responsible sources having relevant experience may submit their statement of interest and technical capabilities. 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. Statement as to whether or not your Company has 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. Do you plan to prime? Describe how you will either produce or subcontract for services required a.______ YES _______ NO 5. Statement as to whether or not your company is 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.) 6. THE FOLLOWING QUESTIONS ONLY APPLY TO SMALL BUSINESS RESPONDENTS. Responses to the below questions shall be included in a separate section of the submission and will not be counted as part of the 20 page limit. a. 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. b. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code (541712)? c. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? Responses are due no later than 9 March 2015, 10 am Eastern Time (ET). Email responses should not exceed 5 Megabytes (MB). Any information submitted by respondents to this sources sought synopsis is voluntary. The Army does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. The information received in response to this market survey is for informational purposes only. Respondents should not construe this synopsis as a commitment for any purpose. Respondents will not individually be notified of the results of any government assessments. 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 Ms. Tonya Heyward, Contract Specialist, at tonya.l.heyward2.civ@mail.mil by no later than 10:00 am Eastern Time on 9 March 2015. All requests for further information must be made in writing or via email; telephonic or facsimile requests for additional information will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a5cb17c64453e90bc0079410b2b3836f)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03635770-W 20150208/150206234840-a5cb17c64453e90bc0079410b2b3836f (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.