Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2012 FBO #3981
SOLICITATION NOTICE

A -- Modified Over Ground Access Sensor (OGAS)

Notice Date
10/16/2012
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
N00174 Naval Surface Warfare Center, Maryland 4072 North Jackson Road Suite 132 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N0017413R0007
 
Response Due
10/31/2012
 
Archive Date
11/15/2012
 
Point of Contact
Amanda Woodard 301-744-6657
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Explosive Ordnance Disposal Technology Division (NAVEODTECHDIV) has a need to procure a Modified Over Ground Access Sensor (OGAS) locator system suitable for Navy Explosive Ordnance Disposal (EOD) Special Operations Forces (SOF), and Naval SOF (NAVSOF), dismounted operations. An OGAS is required to provide visual and electronic detection to SOF/NAVSOF as they conduct countermine efforts. Most Commercial Off the Shelf (COTS) OGAS locator systems currently in use by EOD forces are designed for Humanitarian Demining (HD); therefore, these detectors are not intended for dismounted operations. Speed and mobility are integral to the countermine mission. No capability is currently available in a handheld form factor that can detect/locate and provide the data needed to allow the EOD and NAVSOF/SOF operators to avoid Low Magnetic Content (LMC)/No Magnetic Content (NMC) objects. Market research indicates that current COTS OGAS locators could be redesigned with less weight and size for dismounted operations without losing capability. This requirement is for a modified COTS locator system to meet the requirements of the OGAS locator system and deliver to the Government for testing and user assessment. Additional specifications will be available with the solicitation. A firm-fixed price contract is anticipated. This requirement will be a small business set-aside. The contract will include three phases for the following: Phase I: The Government intends to award two awardees for Phase I for 4 Prototypes. Phase II: The Government will select one of the two Prototypes awardees to enter Phase II for 10 Production Representative Model (PRM)/Production Systems (Option) Phase III: System Delivery (Option of 50 Units upon approval of the First Article testing).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017413R0007/listing.html)
 
Record
SN02914201-W 20121018/121016234006-85185d3fc3574d9ea9fdd79652f11807 (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.