Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 30,2000 PSA#2568

ESC/FDK, Force Protection, 5 Eglin Street, Hanscom AFB, MA 01731-2100

63 -- REMOTE UNATTENDED GROUND IMAGER POC Alicia J. Gettman, Contracting Officer, 781-377-8673 WEB: ESC Business Opportunities Web Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the POC, roy.higgins@hanscom.af.mil. This is not a solicitation, but market research to determine potential sources. The Force Protection Command and Control Systems Program Office (FP C2 SPO) wishes to identify potential sources for a Remote Unattended Ground Imager (RUGI). The imager should provide continuous, covert, long range (150 meters for humans and 300 meters for vehicles) day and night detection coverage with visual verification without artificial lighting in varying atmospheric conditions. In addition, sensor data transmission capability to a control center located up to 100 kilometers from the remote sensor is necessary to enable identification of the type of alarms. The imager and communications unit should be battery operated with low power consumption allowing up to six-months of unattended (no-maintenance) operation. Production unit costs should not exceed $90,000. The FP C2 SPO anticipates evaluating an Unattended Ground Imager with characteristics similar to those stated above. Additional sources of similar capability are sought for possible evaluation consideration. Interested sources should respond by identifying suitable testable COTS units satisfying the requirements. The Government will assess prospective sources' potential based on the capability of their product to meet the above stated requirements. Firms considered by the Government to be most highly competitive to provide a RUGI may be contacted by the PCO. The Government may elect to procure a small number of units for evaluation testing. Firms who respond to this notice are requested to identify any on-going Government contract vehicles they have for the same or similar work. Include the name and number of the on-going contract, contract scope, contract type, period of performance, contract deliverables, dollar thresholds and limitations, issuing Government agency, and name and telephone number of the Government point of contact (preferably the Contracting Officer). Should it be in the best interests of the Government and/or within the scope of an on-going contract, the Government reserves the right to satisfy its requirements under such contract. Firms should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, whether they qualify as socially or economically disadvantaged, and whether they are a U.S. or foreign-owned firm. An Ombudsman has been appointed to address concerns from interested firms during this phase of acquisition. The Ombudsman does not diminish the authority of the Program Director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government official. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The ESC Ombudsman is Col. Steven Sheldon, ESC/CO, (781) 377-5106. The Ombudsman should be contacted only with issues or problems that have been brought previously to the attention of the Program Manager and/or Contracting Officer and could not be resolved satisfactorily at that level. Interested potential sources should respond to the above screening criteria, in writing, within 15 days of this publication to ESC/FDK, 5 Eglin Street, Building 1624 1st Floor, Hanscom AFB MA 01731-2100, Attn: Ms Alicia Gettman. Responses should not exceed 10 one-sided 8 1/2"x11"pages. This synopsis is for information and planning purposes only and does not constitute a Request for Proposal (RFP) nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government will not reimburse the contractor for any cost associated with preparing or submitting a response to this notice. Posted 03/27/00 (D-SN438515). (0087)

Loren Data Corp. http://www.ld.com (SYN# 0368 20000330\63-0003.SOL)


63 - Alarm, Signal and Security Detection Systems Index Page