SOURCES SOUGHT
63 -- MOBILE DETECTION ASSESSMENT SYSTEM (MDAS)
- Notice Date
- 5/1/2003
- Notice Type
- Sources Sought
- Contracting Office
- ESC/FD, Force Protection Systems Program Office, 5 Eglin Street, Hanscom AFB, MA 01731-2100
- ZIP Code
- 01731-2100
- Solicitation Number
- FD-03-01
- Archive Date
- 7/15/2003
- Point of Contact
- Major Richard Prieve, (781) 377-5845, Program Manager, and Mr. Neil Miller, Contracting Officer
- E-Mail Address
-
Email your questions to Click Here to E-mail the POC
(neil.miller@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is not a solicitation, but market research to determine potential sources. The Force Protection Command and Control Systems Program Office wishes to identify potential sources for a Mobile Detection Assessment System (MDAS). The MDAS should provide all weather, all terrain, wide area (360 degrees) capability to detect, track, and assess intrusions in open areas. It should detect and assess during both day and night, without artificial lighting, and detect and assess in atmospheres containing fog, smoke, haze, dust, and clear air. Detection and assessment ranges for this sensor should vary depending on the application: Flight lines and Weapon Storage Areas: (a) Walking/Running, 500 meters threshold, 1000 meters objective; (b) Crawling, 250 meters threshold, 500 meters objective; and (c) Vehicles, 1000 meters threshold, 5,000 meters objective. Assessment 500 meters threshold, 1000 meters objective. Launch Facilities and Austere Bases: (a) Walking/Running, 1000 meters threshold, 5000 meters objective; (b) Crawling, 250 meters threshold, 750 meters objective; and (c) Vehicles, 5000 meters threshold, 10,000 meters objective. Assessment 2500 meters threshold, 5000 meters objective. Convoy Operations: (a) Walking/Running, 250 meters threshold, 500 meters objective; (b) Crawling, 150 meters threshold, 250 meters objective; and (c) Vehicles, 1000 meters threshold, 5,000 meters objective in addition the detection must be achieved while vehicle is in motion. Assessment 1000 meters threshold, 5000 meters objective. All detections should include the following criteria: The sensor should localize target range within ten meters and azimuth within ten degrees. It should provide the capability for area masking. False alarm rates should be less than three per 24 hours and less than two nuisance alarms per hour. The MDAS can be commercial or battery powered with an objective of charging the battery via solar, on board vehicle system, or other means of independent power. Remote and redundant annunciation will be necessary in all applications with some distances to exceed 320 km from MDAS to command and control station. Built in lethal and or non lethal response is an objective but no threshold has been established at this time. Interested sources should respond by providing evidence of experience in accomplishing the scope of work indicated and a plan for producing testable prototypes. The Government will assess prospective sources' potential based on the qualification packages provided. Firms considered by the Government to be most highly competitive to design and provide the MDAS will be contacted by the PCO and a list of such firms will be made available on the Hanscom Electronic RFP Bulletin Board (HERBB). Firms considered by the Government not to be most highly competitive to design and provide a MDAS will be afforded an opportunity to receive the Government's rationale and provide additional information. Therefore, if the number of sources that identify themselves in response to this sources sought prove to be excessive, the Government may decide to conduct a pre-qualification effort in order to realize a manageable number of firms deemed most highly competitive to perform this effort. Any interested source initially judged as not most highly competitive, will be provided a copy of the solicitation upon request, should one be issued, and any offer submitted by such a firm would be evaluated without prejudice. 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 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. Please note that the HERBB will be the primary source of information for this acquisition. Interested parties should check for updates frequently and subscribe to the HERBB update service for the "Mobile Detection Assessment System". Interested potential sources should respond to the above screening criteria, in writing, by 15 June 2003 to ESC/FD, 5 Eglin Street, Building 1624 1st Floor, Hanscom AFB MA 01731-2100, Attn: Mr. Neil Miller. 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.
- Web Link
-
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
- Place of Performance
- Address: N/A
- Zip Code: N/A
- Country: N/A
- Zip Code: N/A
- Record
- SN00316053-W 20030503/030502073741 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |