Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2013 FBO #4117
SOURCES SOUGHT

A -- Detection Algorithm

Notice Date
3/1/2013
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY13R0ADD
 
Response Due
4/30/2013
 
Archive Date
4/30/2013
 
Point of Contact
Charlene Buduo, (703) 704-0860
 
E-Mail Address
ACC-APG - Washington
(charlene.a.buduo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command-Aberdeen Proving Ground Belvoir Division on behalf of the CERDEC Night Vision and Electronic Sensors Directorate (NVESD) Science and Technology Division (STD) is conducting market research to identify state of the art technology, within government, industry, and academia, in algorithm development supporting the detection of discreet buried targets. The detection algorithms shall use surface vibration data generated by acoustic and seismic excitation. The algorithms would be expected to detect resonant and non-resonant targets buried shallow to deep. The algorithms will need to operate on the raw data output of existing vibration or displacement sensors, which may be soil surface vibration velocity, velocity gradients, or displacement gradients. Spatial and temporal sampling will vary between data sets and sensor type. Soil vibration was generated by acoustic loudspeakers and impulsive or continuous seismic impact devices. The algorithms are expected to filter and align raw data and extract features specific to acoustic and seismic phenomenology. The algorithms are required to detect and classify targets, resulting in high detection probability and low false alarm rates. The algorithms should also be capable of discriminating between man-made and natural clutter, including disturbed soil. The Government is particularly interested in algorithms capable of using additional sensor data to improve feature quality from acoustic data, or vice versa. The interest is in combining data prior to independent sensor declarations. For example, the algorithm should improve the feature-space of one sensor type based on a second. The end goal remains improved localization and classification of suspect regions. Submission Instructions: All responsible sources may identify their interest and capability to respond to this requirement by submitting a white paper, of no greater than 10 pages in length, describing the realistic application of their approach using sound scientific theory. Papers should also include point(s) of contact, email and phone for further Government inquiry should more information be desired. All submitted information will be kept PROPRIETARY by the Government. All requests for further information shall be made to: The Government Point of Contact for technical questions is James Perea, 703-704-0587, email james.d.perea.civ@mail.mil. The Government Point of Contact (POC) for white paper responses and requests for further information shall be submitted in writing to charlene.a.buduo.civ@mail.mil. The receipt of any emails exceeding 5MB in size without prior coordination with the POC may result in such emails being discarded without notification of the recipient or the sender. Interested parties are requested to submit white papers to the Government POCs by 30 April 2013. It is desirable that data be received with unlimited rights to the Government. However, it is recognized that proprietary data may be included with the information provided. If so, it is the responsibility of the interested party submitting data to clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. No Classified data shall be provided via email. It is requested the Subject line of all emails pertaining to this notice be labeled as follows: Detection Algorithm - W909MY-13-R-0ADD - Your Company's Name The White Paper shall also include: 1. System for Award Management (SAM) CAGE Code and current level of firm's facility clearance, if any, and capability to handle classified data and/or FOUO/NOFORN data. 2. Statement as to whether or not your company is considered a small or large business. Please also indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. The small business size standard is 500 employees for the North American Industry Classification System (NAICS) Code 541712. Additionally, responders should include direct answers to the following questions: a. Are you planning to be the Prime or a Subcontractor? If a Prime (continue to question b) b. If you are a small business and plan to be a Prime please inform how you will meet the limitations on subcontracting Clause 52.219-14? c. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? d. The Government understands that teaming is an intricate part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house? e. If you are a small business, can your company sustain if not paid for 90 calendar days? g. Has your Company performed this type of effort or similar type effort (to include size and complexity) before, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? Pursuant to Federal Acquisition Regulation (FAR) Subpart 10.001 (a) (3), the results of this market research are for planning purposes, this is not a request for proposals. No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not reimburse interested sources or respondents to this notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchange of information. Thank you for your interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/231eca3716c11956263d345f41da2bca)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03001098-W 20130303/130302092139-231eca3716c11956263d345f41da2bca (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.