SOURCES SOUGHT
A -- Access Denial Technologies to Support Countering Weapons of Mass Destruction (CWMD) Operations
- Notice Date
- 5/4/2016
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
- ZIP Code
- 22060-6201
- Solicitation Number
- J9CXWA-16-RFI-0001
- Archive Date
- 6/3/2016
- Point of Contact
- Elizabeth G Bauer, Phone: 7037674257, Sarah Rapone, Phone: 850-882-5807
- E-Mail Address
-
elizabeth.g.bauer.civ@mail.mil, sarah.a.rapone.mil@mail.mil
(elizabeth.g.bauer.civ@mail.mil, sarah.a.rapone.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice Information: Defense Threat Reduction Agency 8725 John J. Kingman Road, MSC 6201 Fort Belvoir VA 22060-6201 Title: Access Denial Technologies to support CWMD Offensive Operations. DESCRIPTION: This is a SOURCES SOUGHT NOTICE; there is no solicitation available at this time. No response will be provided to requests for solicitation. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. This is a Request for Information (RFI) concerning Access Denial Weapon Technologies to support CWMD offensive operations, specifically standoff capabilities (e.g., air delivered) to rapidly control, isolate, and secure WMD related facilities. The Government will use the responses to this RFI to plan and conduct research and development of one or more candidate weapon concepts as a technology demonstration project. DoD requires a standoff weapon capability to rapidly control, isolate or secure WMD related facilities to 1) deny ingress/egress of WMD related vehicles, personnel or means of delivery, 2) prevent and/or deter unauthorized access to the sites, and/or 3) the removal of WMD-related materials, equipment, or technologies. The purpose of this RFI is to solicit information on innovative conventional weapon systems, technologies, combined effects, and tactics to deny access to WMD related facilities for days. Of primary interest are above ground facilities/bunkers and tunnels which support the production, storage, and/or employment of WMD materials. The concepts may operate inside, outside or in some combination in relation to the facility. In the context of this RFI, access denial technologies include the spectrum of lethal and non-lethal capabilities to prevent, delay, deter, isolate, or hinder the movement of WMD related materials, vehicles, and delivery systems contained within the facility to reduce illegal proliferation, control sensitive sites, and/or protect local populations.. DTRA is specifically interested in weapon concepts or technologies employable when friendly forces do not control the ground around the facility and that can be delivered/deployed in semi-permissive, non-permissive, or hostile environments from standoff distances. DTRA is interested in innovative concepts that go beyond Ottawa Treaty compliant landmines or similar anti-personnel technologies. The intent is for concepts and/or technologies to provide operational forces increased time to maneuver to and secure the site and/or WMD materials. The intent is very different from the concept of access control, which entails the controlled passage of personnel and equipment into and within a building or structure. Access control technologies often involve biometrics, card readers, closed circuit TVs or alarm systems with reach back connectivity to security forces. These types of technologies are NOT applicable. Technologies must satisfy the criteria below to be considered within the scope of this RFI: 1.The technology or concept does not violate any existing domestic and international laws, policies, or treaties. 2.The technology or concept can use kinetic and/or non-kinetic and active or passive means to deny access to the WMD facilities. Non-lethal and/or non-kinetic solutions are strongly desired to address scenarios or areas where non-combatant casualties are a concern. 3.Proposed solutions must deny personnel and/or equipment access to the WMD facilities for an operationally relevant amount of time days (threshold) to weeks (objective). a.The threshold focus of this RFI is access denial concepts to deter and deny both non-combatants and thse forces that have no or very limited training or equipment to operate in a hazardous environment. b.Exemplar targets: i.The exemplar bunker target is 3m (height) x 7m (wide) x 7m (length) with a personnel door of.75m (wide) x 2m (height) and an equipment door of 3m (wide) x 2.5m (height). The structure consists of reinforced concrete with a 46-cm thick roof and 30-cm thick walls. ii.The exemplar tunnel target is a 5m (height) x 5m (wide) drift in competent rock. The tunnel may have multiple portals. iii.Concepts that are effective against only one type of target, i.e., bunker or tunnel, will be considered. 4.The concept of operations is for the technology to be delivered from a standoff distance. Both standoff air and ground delivered solutions are of interest. a.Due to delivery platform constraints, a single system should not weigh more than 900 kg or exceed a volume of 0.35 cubic meters, i.e., no larger in size or weight than a Mk-84 General Purpose bomb (but the entire capability or system may be delivered by multiple weapons). i.Unitary systems that are outside this constraint will be considered provided the respondent can show the capability to meet the requirement through a development effort. ii.Systems that use multiple delivery vehicles or provide modular/scalable effects will be considered provided the respondent can show the capability does not require exquisite coordination or timing to be effective. b.The technology or concept cannot require on-site human intervention for successful deployment. 5.Concepts must be able to meet delivery platform and weapon certification requirements, i.e., safety, logistics, environmental, HERO, etc. 6.Concepts that are resistant to countermeasures or removal are preferred. 7.Semi- or fully- autonomous concepts are acceptable, but man-in-the-loop decision-making ability is required for active systems that employ lethal or kinetic effects. Systems must comply with DoDD 3000.09. RESPONSES Responses should include a strong technical rationale and information about all relevant and applicable technologies available within the aforementioned timeframes and based on requested criteria. They should include information as described in requirement criteria. Responses should be single-spaced, 12-point font, with numbered pages, and should not exceed 6 pages in length, including cover page. Electronic submissions should use the following subject heading: “Access Denial Technologies to support CWMD Operations.” These submissions must be properly marked, and sent to the following e-mail address sarah.a.rapone.mil@mail.mil for NIPR or sarah.a.rapone.mil@mail.smil.mil for SIPR. Classified or unclassified paper responses should be properly marked and hand-carried or mailed to the following address: DTRA J9CXW Attention: Capt Sarah Rapone\Maj Eric Peschell 101 West Eglin Blvd, Bldg. 13A Eglin AFB, FL 32542 Responses to the RFI will not be returned and shall become the property of DTRA. All submissions must be received by 1500 EST on 1 June 2016. GOVERNMENT INFORMATION DTRA uses service contractors in fulfilling its mission requirements, including the review of the technology capabilities solicited in this RFI. Service contracts contain an organizational “conflict of interest” clause that requires service contractors to protect the data, and prohibits them from using the data for any purpose other than that for which it was presented. This RFI is for planning purposes only, and SHALL NOT be considered as a Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No entitlement to payment of direct or indirect costs of charges by the Government will arise due to contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. The information you provide will be used by the Department of Defense in determining whether it is feasible to conduct research and development of one or more technologies, and in selecting the method(s) for subsequently testing and demonstrating concept(s). Industry is encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it appropriately. This synopsis is for information and planning purposes ONLY. It does not constitute a formal RFP, and shall not be construed as such a commitment by the U.S. Government. All information contained in this RFI is preliminary, and subject to modification. POINTS OF CONTACT For technical questions, please contact Capt Sarah Rapone at sarah.a.rapone.mil@mail.mil or (850) 882-5807, or Maj Eric Peschell at eric.r.peschell.mil@mail.mil or (850) 882-5965.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/J9CXWA-16-RFI-0001/listing.html)
- Place of Performance
- Address: N/A, United States
- Record
- SN04106218-W 20160506/160504235040-b9838e9c374693a750295e75268bfe6c (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 |