Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 12,2000 PSA#2514

U.S. Army Communications-Electronics Command Acquisition Center -- Washington Operations Office, 2461 Eisenhower Ave., Alexandria, VA 22331-0700

A -- HANDHELD MINE DETECTION MARKET SURVEY DUE 021400 POC Patricia Davis, 703-325-1713 E-MAIL: Click here to contact the contracting officer via, pmelan@hoffman-issaa2.army.mil. 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) the total system weight must not exceed 15.9 kilograms; 4) mine detection audio and/or visual alerts to the operator must be in near real-time (less than or equal to 1/30th second); 5) 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; 6) the system must have independent power sources (e.g., battery power) and provide an operational time of greater than or equal to two hours; 7) the system must include a Built-in-Test capability to provide clear indication of sub-system and system level faults; 8) the system must be capable of being operated, maintained, and repaired in its operational environment by personnel with a minimum of training; 9) the system must be sufficiently rugged to withstand field operation, maintenance, and transport within military operational environments; 10) 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; 11) 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 to immediately enter the Engineering and Manufacturing Development (EMD) phase IAW the Army's acquisition process and be suitable for production and fielding within 20 months after contract award. Offerors must provide supporting data and demonstrate their system to verify compliance with the HSTAMIDS Performance Specification. Offerors must have verified Pd and FAR requirements at an official U.S Government Test and Evaluation. All submittals will be reviewed, however, the contractor shall be responsible for any costs associated with preparing responses or system demonstration. The response shall 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 have existing systems and be willing to demonstrate their system and be willing to 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 (including costs associated with transportation to the test site). It is estimated that any demonstration will take place during the 4QFY00. Those interested should respond electronically at pmelan@hoffman-issaa2.army.mil. Posted 01/10/00 (W-SN414449). (0010)

Loren Data Corp. http://www.ld.com (SYN# 0016 20000112\A-0016.SOL)


A - Research and Development Index Page