|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 30,1998 PSA#2085CECOM Acquisiton Center, Washington Operations Office,
AMSEL-AC-WB-B,Hoffman 1, 2461 Eisenhower Avenue, Alexandria, VA
22331-0700 A -- HANDHELD STANDOFF MINE DETECTION MARKET SURVEY DUE 052398 POC
Peggy Melanson, 703/325-6096 E-MAIL: Click here to contact the
Contracting Officer via e-mail, pmelan@hoffman-issaa2.army.mil.
HANDHELD MINE DETECTION MARKET SURVEY. The U.S. Army Communications
Electronics Command (CECOM), Night Vision and Electronic Sensors
Directorate (NVESD), Countermine Division is seeking sources who have
technological solutions for detection of land mines of all types;
constructed of metal, plastic or wood, under all types of weather
conditions, in all types of terrain. This technology must be suitable
for portable, handheld operation. The technology must satisfy the
performance specification established for the Handheld Standoff Mine
Detection System (HSTAMIDS) Program. Specifically the technology must
meet all of the following system performance specifications: be capable
of 1) detection of 90% of targets, or better, with a false positive
rate of no more than 3 false positives per 5 square meters; 2)
detecting targets on the surface and up to 15 centimeters (6 inches)
below the surface; 3) it must provide standoff mine detection alerts of
3 meters minimum, with a desired range of 10 meters; 4) the total
system weight must not exceed 15.9 kilograms, if a wand is used the
total sensor head weight, mounted at the end of the wand, must not
exceed 2 kg; 5) mine detection audio and/or visual alerts to the
operator must be in near real-time (less than or equal to 1/30th
second); 6) if the system is comprised of more than one sensor, then
each of the sensors must be capable of being operated in combination or
separately as defined by the operator; 7) the system must have
independent power sources (e.g., battery power) and provide an
operational time of greater than or equal to two hours; 8) the system
must remain operational without degradation in adverse weather
conditions and in temperature environments ranging from -46 degrees
Celsius to +49 degrees Celsius; 9) the system must include a
Built-in-Test capability to provide clear indication of sub-system and
system level faults; 10) the system carrying case must be resistant to
Nuclear, Biological, and Chemical contaminants; 11) the system must be
capable of being operated, maintained, and repaired in its operational
environment by personnel with a minimum of training; 12) the system
must not require any special training or operational facilities beyond
that provided for the currently fielded mine detector; 13) the system
must be sufficiently rugged to withstand field operation, maintenance,
and transport within military operational environments; 14) the system
must include anti-snagging features which assure that standing or
prone operation in snagging brush does not cause system damage or undue
movement impairment; 15) the system must be operable, 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; 16) 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. The
technology should be suitable for production and fielding within two
years after contract award. Offerors must be able to provide supporting
data and demonstrate their system to verify compliance with the
HSTAMIDS Performance Specification. All submittals will be reviewed,
however, the contractor shall be responsible for any costs associated
with preparing responses or system demonstration. The response should
be no longer than five pages and include a description of the system
and validating information supporting claims that the proposed system
meets the system performance specification. Proof of availability for
testing, and a concept for use and application of the technology, must
also be provided. Offerors must be willing to demonstrate their
system. Offerors must be willing to demonstrate and undergo Government
inspection of their system at a time and place to be determined by the
Government. The Government will provide test facilities and targets but
no other government property or financial assistance. No financial
assistance will be provided to technologies requiring transportation to
the test site. It is estimated that any demonstrations will take place
during the Summer of FY 1998. Those interested should respond at the
following address: CECOM Acquisition Center-Washington, AMSEL-AC-WB-B,
2461 Eisenhower Avenue, Alexandria, Virginia 22331-0700 (Attention:
Peggy Melanson, 703-325-6096.) Responses to this market survey must
received by 22 May 1998. (0118) Loren Data Corp. http://www.ld.com (SYN# 0016 19980430\A-0016.SOL)
A - Research and Development Index Page
|
|