SOURCES SOUGHT
A -- EXPLOSIVE HAZARD, ANTI-PERSONNEL, AND ANTI-TANK MINE DETECTION, MARKING & NEUTRALIZATION SYSTEM.
- Notice Date
- 8/6/2007
- Notice Type
- Sources Sought
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY-07-R-DMDS
- Response Due
- 9/6/2007
- Archive Date
- 11/5/2007
- Small Business Set-Aside
- N/A
- Description
- MARKET SURVEY: EXPLOSIVE HAZARD, ANTI-PERSONNEL, AND ANTI-TANK MINE DETECTION, MARKING & NEUTRALIZATION SYSTEM. The U.S. Army Communications-Electronics Life Cycle Management Command (C-E LCMC) Acquisition Center-Washington (ACW) on behalf of the US Army Research Devlopment and Engineering Command (RDECOM), Communications-Electronic Research Devlopment and Engineeri ng Center (CERDEC), Night Vision and Electronic Sensors Directorate (NVESD), Countermine Division, Dismounted Soldier Applications Branch is conducting a market survey to identify companies having technology, qualifications, and capabilities to demonstrate a small, robotic, ground-vehicle mounted sensor or munitions technology to remotely (1) detect surface laid and buried, metallic and non-metallic, antitank and antipersonnel landmines and scatterable munitions; (2) to detect surface laid, partially buried , and camouflaged explosive hazards; (3) to mark lanes and detected targets; and (4) to neutralize detected hazards. NVESD, Countermine Division is seeking mature technology in this market survey. Maturity for this market survey is defined as a minimum technology readiness level (TRL) of 6 or a clear path to demonstrate TRL 6 or higher within 12 months. Results of this market research may be used to formulate a near term program that integrates sensor and munitions technology onto a small robotic platform. This future program may include the following Performance Objectives: (1) Detection of landmines and explosive thre ats with a high probability of detection (Pd). Pd: 90% (T), 99.6% (O). (2) A high forward speed while detecting and marking along a specified route which contains mines or explosive hazards emplaced according to threat doctrine: 0.4m/min (T), 5m/min (O) . Note that a false alarm rate (FAR) is not specified. It is implicitly constrained by the need to mark a safe lane. (3) Neutralization of landmines and explosive threats with a probability of neutralization of 90% in one attempt. (4) Marking of targets within 10cm of edge of target. (5) The ability to operate in limited visibility and over difficult terrain. And, (6) A scaleable detection sensor that will allow operation in narrow, confined spaces. Additional Technical Objectives may include (1) Integra tion of an existing or modified prototype detection and neutralization system with an existing or modified GOTS or COTS small robotic platform that includes a soldier operated interface; (2) Performance and environmental testing of the prototype or demonst ration model by the contractor to verify technology maturity; and (3) Support of limited testing by soldiers to verify suitability for production and deployment. This is NOT a Request for Proposal. The objective of this market survey is to solicit an expression of interest from industry and organizations through White Papers that supports the companys claim that it presently has the technology, qualifications, an d capabilities to satisfy one or more of the performance and technical objectives described above. The White Paper should discuss the companys sensor or munitions and performance test results. Documentation supporting a maturity level of at least TRL 6 o r an approach to maturing the companys technology to at least TRL 6 within 12-months should be provided. This documentation should provide a simple logic train supporting the argument for TRL 6, but need not be exhaustively rigorous. The White Paper sho uld also discuss related company experience and include point(s) of contact. The white paper should be prepared in MS Word, limited to ten (10) pages, and submitted electronically to the Contracting Officer, Michelle Hodges, at michelle.hodges@us.army.mil within 30 days. The Army may require the technical experts from the Institute of Defense Analysis (IDA) to assist in the evaluation of White Papers ensuing from this notice. Such non-government personnel will be bound by appropriate non-disclosu re agreements to protect proprietary information. The submittal of a White Paper shall constitute acknowledgement and acceptance of the Governments use of IDA. The Government will not reimburse interested sources or responders to this notice or any follow -on notice for any costs incurred in responding, or for subsequent exchanges of information. All requests for further information must be made in writing or via email; telephone requests for additional information will not be honored.
- Place of Performance
- Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Country: US
- Zip Code: 22331-0700
- Record
- SN01363509-W 20070808/070806221545 (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 |