SOLICITATION NOTICE
66 -- Real-Time Wireless Sound Location, Classification and Scoring System
- Notice Date
- 5/3/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-07-R-0013
- Response Due
- 5/17/2007
- Archive Date
- 7/16/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Yuma Proving Ground, Yuma, AZ has a requirement for a Real-Time Wireless Sound Location, Classification and Scoring System to locate, count and classify multiple, simultaneous, atmospheric acoustic events produced by military ordnance d uring testing at volumetric impact fields. This system shall serve users in numerous geographic locations, all environments, all weather and all light conditions. The system must have the capability to operate on DC battery power for all instrumentation inside the volumetric impact field and on generator power for all instrumentation within the base station. All instrumentation must have minimum noise emissions, especially inside the volumetric impact field. The system must operate over a range of 20 Km from the base station to the center of the covered volume. Volumetric impact fields do not have utilities, improvements or roads. All volumetric impact field based instrumentation must endure exposure to natural environmental conditions 100 percent of t he time during testing. Most base station instrumentation must mount on standard 19 instrumentation racks inside of an environmental controlled shelter. The system must collect and store acoustical atmospheric events for 48 hours nonstop. During all th is time, the system must display the real-time data being collected, process the data being collected and display the results of the processed data on multiple remote monitors. The system central time must be referenced to coordinated universal time (UTC) time. The system must collect and utilize real -time atmospheric conditions, (temperature, humidity, wind speed, wind direction and ambient pressure), over the covered volume. The wireless communications must be faultless and not susceptible to interfer ence or cause interference with other systems. The system must be ready for Fast Ethernet networks. The system CPU must be state of the art. The operating system must be MS Windows, as recommended by Yuma Proving Ground (YPG) at the time of contract awa rd. The current recommendation is the XP Professional version. The system software license and code must be included, with no limitations. The system must be capable of performing self-diagnostic tests to verify status of all components. For data archiv ing, the system must provide a hardware controller raid apparatus. For surveying the location of the acoustic sensors, the system must provide real-time GPS surveying grade instrumentation. The system must be capable of locating events in space, as well as on the surface of leveled and unleveled terrain. The system must classify events by acoustic signatures and keep a separate count for each type of atmospheric acoustic signature event. The system must account for simultaneous atmospheric acoustic even ts in the air, ground surface and air and ground surface combination. Each atmospheric acoustic event must have its time of day reported and corrected to the local geographical location time zone. Each atmospheric acoustic event must have its location co ordinates (X, Y, Z) resolved and corrected to the local geographical location coordinate system. The system must post process data. At the post processing time, the user must be capable of correcting the atmospherics conditions if necessary. In addition , the user must be capable of selecting specific atmospheric acoustical event(s) for post processing single and multiple solutions. All exterior components of the system must be rugged for use in arctic, desert and tropical test environments and high wind s. The whole system must resist exposures to peak blast overpressures from high explosives at the base station and within the volumetric impact field. The system must work during bright and obscure light conditions. This acquisition is a 100% Small Busi ness Set-Aside. The North American Industry Classification System (NAICS) is 334511 with a size standard of 750 employees. The solicitation for this projec t will be issued on or around 17 May 2007, and will be available at our website http://www.yuma.army.mil/site_contracting.asp with proposals due 30 days thereafter. The Government will conduct a site visit, 22 May 2007, 8:00am, at the U.S. Army Yuma Provin g Ground, Yuma, AZ. If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address and fax it to (928) 328-6849 referencing the solicitation number. Participating vendors will then be notifi ed of site visit details and security requirements. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is http://www.ccr.gov.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Building 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN01286955-W 20070505/070503220924 (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 |