Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 30,1998 PSA#2085

CECOM 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