Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2006 FBO #1810
SOLICITATION NOTICE

58 -- Accoustic Sensor Systems and Support

Notice Date
11/8/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
NAVSURFWARCEN, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100
 
ZIP Code
22448-5100
 
Solicitation Number
N0017807Q1052
 
Response Due
11/20/2006
 
Archive Date
12/30/2006
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) webpage located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. The Government intends to award via full and open competition, Qty 1 acoustic sensor system and support for the system and an optional 2nd acoustic sensor system. The hostile fire detection and counter-fire system needs a passive acoustic sensor system that will detect small arms fire, that will meet the following requirements 1) Passive - Does not emit energy or have a detectable signature that could give away craft position. 2) Acoustic Device ? A system of microphones or some other listening devices. 3) Power ? Uses less than 240 Watts and is compatible with 12V-28V DC Power systems. 4) Localization ? Instantaneously locates hostile fire events in 3 dimensions (Azimuth [Bearing], Elevation, and Range) with high accuracy. 5) Detection Range ? Detects hostile fire events from small arms out to the maximum effective range of most small arms.6) Field of Detection ? Detects hostile fire events from small arms with a maximized field of detection. 7) On-The-Move ? Instantaneous ly detects and locates hostile fire events when mounted on a moving boat. 8) Communications ? Sends status messages and detected event information via an Ethernet communications port. 9) Ruggedized ? operates in environments specified by MIL-STD-810, especially those relevant to small river craft and desert environments. 10) False Alarms ? Demonstrates a capability to distinguish between hostile fire and other noises with a low rate of false positives. 11) Foot Print ? The size and weight of the detection system must be minimal to prevent interference with other devices on the craft and to stay below craft payload capacity. 12) Safety ? introduces no unusual safety hazard to the operator and safe operation by US warfighters has been demonstrated. 13) Reliability ? demonstrates a maximum mean-time-between-failure. In addition to the above listed requirements, the following systems characteristics are desirable. 1) Compatibility ? previously demonstrated compatibility with hostile fire detection and counter-fire system software developed by NSWCDD. 2) Detection ? detects and locates IED or mine detonations and incoming RPG and mortar rounds. 3) Proven ? previously fielded in operational environments with success by the US military. 4) Security ? the classification of all software, hardware, and information about the acoustic detection system is clearly defined in a Security Classification Guide published by the US government. 5) Adaptability ? The detection system can be easily reconfigured by the operator or integrator to optimize detection/localization performance for known threat types or for known operational environments. Support for the acoustic device is required as follows. Support project and integration efforts include 2 design reviews in Dahlgren or Norfolk, Virginia, sensor performance analysis, software and hardware integration, and integration testing. In total, the support option would require an additional 10 weeks of engineering support labor. Delivery of the acoustic sensor system is re quired within 10 weeks of receipt of order. The optional system, if required, will be delivered within 10 weeks of the exercise of the option. The North American Industry Classification System (NAICS) Code is 339999 with a size standard of 500 Employees. The contract shall be a firm fixed price order. Delivery shall be made to the Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren VA 22448. Offer is due 20 November 2006 no later than 2 p.m. (local NSWCDD time) to: Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Building 183, First Floor, Room 102, Dahlgren, VA 22448-5100 CODE XDS117, with faxed copies acceptable.
 
Record
SN01178497-W 20061110/061108221132 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.