Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1996 PSA#1738

USA 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