SOURCES SOUGHT
58 -- AN/PSS-14 Mine Detecting Set
- Notice Date
- 6/25/2015
- 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
- W909MY15ANPSS-14
- Response Due
- 7/17/2015
- Archive Date
- 8/24/2015
- 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 - Product Manager Counter Explosive Hazards is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The Government is seeking sources for the AN/PSS-14 Mine Detecting Set handheld explosive hazards detector and associated support. The AN/PSS-14 is used to locate metallic, low-metallic buried threats, and it is also capable of locating non-metallic buried threats and near-surface buried wires. The AN/PSS-14 detects subsurface explosive hazards of all types, constructed of metal, plastic or wood, under all types of weather conditions, in all types of terrain. The AN/PSS-14 consists of a handheld detector with two (2) earpieces (one spare), battery case with battery, spare Military Standard battery, test piece, field pack, support harness, support handle and dedicated, reusable storage container. The Government is seeking sources that can manufacture, deliver, and support the AN/PSS-14 Revision (Rev) 5 and Rev 6, Mine Detecting Set. Initial sets need to be delivered no later than 9 months after award. In addition, Government requires upgrade kits for the AN/PSS-14 Rev 3 to Rev 5, Rev 3 to Rev 6, Rev 4 to Rev 5, Rev 4 to Rev 6, and Rev 5 to Rev 6 configurations to upgrade detectors at Tobyhanna Army Depot within 6 months. Required support includes Class I and II Engineering Change Proposals as needed, System Software sustainment, configuration management and New Equipment Training, Displaced Equipment Training and Instructor and Key Personnel Training (IKPT). Specific performance requirement of the AN/PSS-14 are as follows: Rev 5: The system must detect metallic and low-metallic anti-personnel landmines, metallic and low-metallic anti-tank landmines and metallic explosive hazards with a low false alarm rate. Total system weight must not exceed 10.8 pounds (without batteries). The detection audio and/or visual alerts to the operator must be in near real-time (less than or equal to 1/30th second). System sensors must be capable of being operated in combination or separately, as determined by the operator. The system must have an independent standard power source (e.g., battery power) in the Army inventory and provide an operational time of greater than or equal to four (4) hours without battery change. Rev 6: The system must detect metallic and non-metallic anti-personnel and anti-tank landmines, metallic explosive hazards, non-metallic explosive hazards, and triggering mechanisms that includes metallic pressure plates, non-metallic pressure plates, and near surface buried wires with a low false alarm rate. Total system weight must not exceed 10.2 pounds (without batteries). The detection audio and/or visual alerts to the operator must be in near real-time (less than or equal to 1/30th second). System sensors must be capable of being operated in combination or separately as determined by the operator. The system must have an independent standard power source (e.g., battery power) in the Army inventory and provide an operational time of greater than or equal to six (6) hours without battery change. For both Rev 5 and Rev 6, the system must include a Built-in-Test (BIT) capability to provide clear indication of sub-system and system-level faults. The system must be capable of being operated, maintained, and repaired in its operational environment by personnel with a minimum of training. The system must be sufficiently rugged to withstand field operation, maintenance, and transport within military operational environments. The system must be maintainable, and transportable by 5th through 95th percentile soldiers dressed in the Battle Dress Uniform, worn in combination with Body Armor, cold-wet weather protective clothing, or the protective ensembles for Mission Oriented Protective Posture (MOPP) Levels I through IV. Operator visual displays must be compatible with night vision devices and provide sufficient contrast between all displayed information and the display background to ensure that the required information can be perceived by the operator under all expected lighting conditions. Firms possessing the capabilities to satisfy the requirements are invited to submit a 10 page capability statement. The capability statement shall include as a minimum: (1) a description of the system and validating information supporting claims that the proposed system meets the above criteria; (2) Test Report data to include verified Probability of Detection (Pd) and false alarm rate from an official U.S. Government Test and Evaluation (not included in the page count); (3) product literature; (4) past performance information; and (5) manufacturing capability; (6) price schedules/catalogues (not included in the page count). Respondents must also include information regarding (1) customary practices, including warranty, discounts, etc., under which commercial sales of the products are made and (2) requirements of any laws and regulations unique to the item being acquired. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. 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. ______ 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 (334511)? c.Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? All requests for further information must be made via email; telephone requests for additional information will not be honored. Respondents will not be notified of the results of the evaluation of the information provided. Any questions regarding the submission of materials should be addressed to Ms. Tonya Heyward Contract Specialist at tonya.l.heyward2.civ@mail.mil. Submission of this information is for planning purposes only and is not to be construed as a commitment by the government to procure any items/services, or for the government to pay for the information received. It is desirable that data be received with unlimited rights to the Government. However, if proprietary data is included please clearly mark such information. To make an appropriate acquisition decision for this effort, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. This is NOT a request for proposal. Responses to this Sources Sought should be received no later than 17 July 2015. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. The submission shall be made via email to Ms. Tonya Heyward at tonya.l.heyward2.civ@mail.mil. The subject of the mail message shall be: Handheld Explosive Hazards Detection System Market Research Response, Your Company's Name.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2291491f9c5bd9f8070a7e2778c4f930)
- Place of Performance
- Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN03776501-W 20150627/150625235649-2291491f9c5bd9f8070a7e2778c4f930 (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 |