|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1996 PSA#1738USA CBDCOM, AMSCB-PC E4455, 5101 HOADLEY ROAD, ABERDEEN PROVING GROUND
MD 21010-5423 63 -- JOINT SERVICE LIGHTWEIGHT STANDOFF CHEMICAL AGENT DETECTOR
(JSLSCAD) SOL DAAM01-96-R-0079 DUE 022897 POC Contract Specialist
Angela K. Sawyer (410) 671-4436 (Site Code DAAM01) The U.S. Army
Chemical and Biological Defense Command (CBDCOM) is seeking proposals
from industry for the Engineering and Manufacturing Development (EMD)
of the JSLSCAD. The JSLSCAD is a lightweight, passive, standoff,
chemical agent detector capableof providing on-the-move, 360 degree
coverage from a variety of tactical and reconnaissance platforms at
distances up to 5 kilometers. It is a second generation chemical agent
vapor detector that improves upon the capabilities of the M21 Remote
Sensing Cheical Agent Alarm (RSCAAL) first generation system. JSLSCAD
will increase troop protection and maneuver unit combat capabilities.
It will provide early warning enhancing contamination avoidance. It
will give extra time for soldiers to don full protective equipment,
Mission Oriented Protective Posture (MOPP) gear, when avoidance is not
possible. Its standoff detection can identify chemical environments
and thus pemit soldiers to fight without the limitations of MOPP gear.
This contract effort will include the EMD effort plus three options.
The EMD portion consists of the development, testing and integration of
JSLSCAD on aerial and surface platforms. The JSLSCAD wil use a modular
design that can be integrated into various platforms to meet Joint
Service chemical agent standoff detection requirements. Potential uses
include: the US Army Nuclear, Biological and Chemical Reconnaissance
System (NBCRS) Light Armored Vehicle (LAV), the US Marine Corps Light
NBCRS-HMMWV, the US Army NBCRS-FOX and the US Army Unmanned Aerial
Vehicle. Option One is an effort to refurbish apprximately 30 test
units to support joint service fielding schedules. Option Two is to
produce an initial production quantity of up to 100 units. Option Three
is for full-scale production up to 1,200 units. It is anticipated that
the EMD portion of the effor will be cost-reimbursable and the options
will be firm-fixed price, both offering cost incentives.The
contemplated period of performance for the EMD effort is 43 months.
Delivery for the option quantities will be as follows: Option 1 in 11
months after option exercise, Option 2 in 30 months after option
exercise including FAT, Option 3 in 43 months after option exercise
including FAT. Delivery of prodution units will be FOB Origin. Funds
for this procurement are not currently available but will be provided
prior to the award of any resulting contract. Prospective contractors
interested in receiving a copy of the RFP may fax requests to
410-612-7128 and hould refer to RFP DAAM01-96-R-0079. Offerors who
requested the Draft RFP will automatically receive the final RFP and do
not need to request it. The RFP is expected to be available in early
1997. Proposals will be due approximately 45 days from the date of the
issuance of the RFP. The contract will be unclassified. (0341) Loren Data Corp. http://www.ld.com (SYN# 0229 19961210\63-0001.SOL)
63 - Alarm, Signal and Security Detection Systems Index Page
|
|