SOURCES SOUGHT
99 -- Husky Mounted Detection System (HMDS) Test Units
- Notice Date
- 4/25/2013
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY-13-R-D013
- Response Due
- 5/9/2013
- Archive Date
- 6/24/2013
- Point of Contact
- Patrick Colleran, 703-704-0843
- E-Mail Address
-
ACC-APG - Washington
(patrick.r.colleran@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Husky Mounted Detection System (HMDS) Test Units The U.S. Army Product Manager for Countermine and Explosive Ordnance Disposal (PM-CM&EOD) is seeking a qualified source to provide six (6) Husky Mounted Detection System (HMDS) Ground Penetrating Radar (GPR) acquisition program test units. The Army requires this capability to support Army route clearance and area detection operations by detecting surface laid and buried explosive threats, including Improvised Explosive Devices (IEDs) with pressure activated trigger mechanisms, unexploded ordnance (UXO), landmines, and weapons caches. System performance is required at the following levels: 1.Integration with the Mark III Husky 2.3.2 m scan width 3.0.95 Probability of Detection (Pd) of the above targets if they are on the surface or flush and 0.9 Pd if the above targets are buried with an overburden of up to 12 cm. 4.False Alarm Rate not to exceed 10 false alarms per Kilometer 5.Automatic and manual marking of detected targets 6.Full system command and control by the operator in the cab of the platform 7.Detection (scan) speed up to 5 Kph The test units are required to meet these performance levels in order to achieve success of a full Development and Operational Test (DT/OT) sequence. Contractor Logistics Support (CLS) for training and maintenance throughout the duration of the test event(s) is also required. Testing is currently anticipated to be not less than 270 days. Testing shall occur at Government Facilities which may include Ft. AP Hill and Yuma Proving Grounds. PM-CM&EOD is further requiring the delivery of technical data in support of provisioning and transition to organic support. The Offeror must also be capable of providing the following Logistics Data: Operator's Manual, Operator Training Materials, Field Service Manuals, Maintainer Training Materials, and a Test Support Package (TSP - spare parts for the duration of the test & Special Tools and Test Equipment (STTE)). PM-CM&EOD requires the above listed capabilities to be delivered on the following schedule: 1.6 HMDS test systems - 90 Days After Contract Awards (DACA) 2.TSP - 90DACA 3.Technical Data - 120 DACA 4.Logistics Data - 120 DACA Please note this is NOT a Request for Proposal. Offerors shall be responsible for any costs associated with preparing responses to this market research. Interested Offerors are requested to submit a White Paper that describes the Offeror's specific capabilities to meet the requirements described above. Offerors should detail their previous knowledge and experience demonstrating their capabilities to produce HMDS Gen IIE systems. Details and unclassified results of detection testing conducted to date, to include detection performance of GPR, environmental testing, etc, should be included. Company experience, personnel, facilities (R&D and production), and other relevant capabilities should also be identified. The White Paper shall be no more than 10 pages and be prepared in Microsoft Word, Times New Roman font, size 12. Responses should also include a cover letter (not included in the page count) providing: 1. A point of contact for your Company which will include: the contact's name, address, website (if available), phone number, and email address. In addition, please provide a Cage Code and Duns Number. 2. Is your company currently providing similar products to another government agency or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar products commercially (outside the federal Government.) a. If you elect to identify your past and current customers to which you provided similar products, include the customers/company name and point of contact, phone number and address/e-mail where they can be contacted. 3. Please identify your company's small business size standard based on the applicable NAICS code of 334511. The Small Business Size Standard for this NAICS code is 750 employees. For more information refer to: http://www.sba.gov/content/determining-size-standards. Large Business Concern Small Business Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business a. Are you planning on being a 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. 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? d. If you are a small business, can your company sustain if not paid for 90 calendar days? e.Does your company have a SECRET facility or access to one should it be required? f.Do you have access to technical data as it pertains this effort The information received in response to this market survey is for informational purposes only. Respondents will not be notified of the results of the evaluation of the information provided. It is desirable that data be received with unlimited rights to the Government. However, if proprietary data is included please clearly mark such information. Responses are to be submitted via email to the Contract Specialist, Patrick Colleran at patrick.r.colleran.civ@mail.mil within fourteen (14) days after issuance of this market survey. The Government will consider all responses submitted on time. All requests for further information must be made via email; telephone requests for additional information will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/88cc957e0c2dabb14b57d30850ea53b8)
- Place of Performance
- Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN03045800-W 20130427/130425234757-88cc957e0c2dabb14b57d30850ea53b8 (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 |