Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2015 FBO #4830
SOURCES SOUGHT

59 -- Husky Mounted Detection System

Notice Date
2/12/2015
 
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-15-R-F007
 
Response Due
3/12/2015
 
Archive Date
4/13/2015
 
Point of Contact
Brendan A. DeLuca, 703-704-0816
 
E-Mail Address
ACC-APG - Washington
(brendan.a.deluca.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SYSTEM REQUIREMENTS: The U.S. Army Product Manager for Counter Explosive Hazards (PM-CEH) is seeking a qualified source to provide GEN IIE Husky Mounted Detection Systems (HMDS) and spare parts in support of overseas contingency operations and efforts associated with follow-on program phases. The HMDS is a counter-Improvised Explosive Device (IED)/counter-mine system with the capability to detect underbelly IEDs, pressure plates used to detonate IEDs, and antitank (AT) landmines which are buried in primary and secondary roads. The HMDS provides a critically required advanced high-performance ground penetrating radar (GPR) which is capable of detecting buried non-metallic and metal-cased threats, including IEDs that are constructed of bulk explosives and low-metal pressure plates. Additionally, it provides precise marking of the locations of the buried IED and AT landmine threats. SYSTEM REQUIREMENTS: Information is sought for companies having technology, qualifications and capabilities to field a ground vehicle mounted, high performance ground penetrating radar (GPR) to detect buried in-road (under-belly attack) IEDs and AT landmines. Maturity for this market research is defined as a minimum GPR technology readiness level (TRL) of 8 in an operational environment. The GPR must be capable of using algorithms for automatic target detection in real time to permit physical marking of the road surface above a target before the host vehicle is past the target. The system should be able to achieve the following Performance Objectives: detection of IED's and AT mines on primary and secondary roads with a high probability of detection ( greater than or equal to 0.90), and a low false alarm rate (less than or equal to 0.001 per square meter), with detection speeds greater than 5 kilometers per hour; and the following Technical Objectives: (a) Integration of an existing or modified detection system with a selected military vehicle to include an interface to be operated by an on-board soldier (b) Limited contractor performance and environmental testing of the detection system to verify satisfaction of the performance objectives; and (c) Support of limited testing by soldiers to verify suitability for production and deployment. SPARE PARTS: The U.S. Army PM-CEH is seeking a qualified source to provide GEN IIE HMDS spare parts in support of overseas contingency operations and efforts associated with follow-on program phases. The HMDS spare parts sought include parts required to maintain the HMDS at all levels of repair including forward depot and depot repair. Pack, wrap, ship and marking services will be provided by the Contractor for all spares. All responsible sources capable of providing GEN IIE HMDS systems and spare parts are requested to submit a White Paper describing the Contractor's experience in providing these systems and spare parts in support of wartime and organizational capabilities. Respondents are asked to limit their submission to no more than 15 pages. This notice is not a Request for Proposal and the Government does not intend to pay for information submitted. No contract award will be made on the basis of responses received; however, the information will be used in the assessment of capable sources. It is desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. 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.Statement as to whether or not your company is considered a small or large business. If your company is a small business, please indicate any socioeconomic classification 8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated Business, or HUB-Zone) that applies. 3.Statement as to whether or not your company has performed this type of effort or similar type effort (to include size and complexity) in the past. If so, provide Contract Number, Point of Contact (POC), email address, phone number, and a brief description of your direct support of the effort. 4.Statement as to whether or not your company is currently providing similar products to another government agency or 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/email where they can be contacted. **THE FOLLLOWING ONLY APPLIES TO SMALL BUSINESS RESPONDENTS. Responses shall be included in a separate section of the submission and will not be counted as part of the 15 page limit. a.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. b.Under the current SB recertification regulations, please indicate if you anticipate remaining a small business under primary NAICS Code 334511. c.Indicate if your firm has an approved Defense Contract Audit Agency (DCAA) accounting system. Responses should be submitted by 4:00 p.m. on 12 March 2015. The subject of the mail message shall be: W909MY-15-R-F007 Market Research Response, Your Company's Name. All responses must be submitted via e-mail to the attention of Brendan DeLuca at Brendan.a.deluca.civ@mail.mil. Acknowledgement of receipt will be issued. NO TELEPHONIC QUESTIONS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1d2581e9331cbd53933588bb81fe8076)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03640893-W 20150214/150212234644-1d2581e9331cbd53933588bb81fe8076 (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.