SOLICITATION NOTICE
20 -- Maritime Gunfire Detection Systems
- Notice Date
- 4/29/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, JM&L LCMC Acquisition Center, Picatinny, US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-08-R-0249
- Response Due
- 5/28/2008
- Point of Contact
- Morgan Ross, Contract Specialist, (973)724-3504
- Description
- The U.S. Army Armaments, Research, Development and Engineering Center (ARDEC),Picatinny Arsenal, NJ 07806-5000, is currently seeking interested sources for the procurement of Maritime Gunfire Detection Systems for evaluation by the Special Operations Command for use on Special Operation Craft Riverine (SOC-R) platforms. The Government intends to award a contract for ten systems on a full and open competition, best value basis. The Government has a need for a production-ready maritime gunfire detection system with the following capabilities: detection of sniper fire, including bearing and range to the point of fire, and ability to alert the use through visual and/or audio display. The system must be able to be integrated on a Special Operation Craft Riverine (SOC-R) platform with minimal modifications to the platform. The system shall have the ability to detect threat systems in a wide variety of environments; coastal shorelines, congested harbors, and inland waterways. The system shall have the ability to operate in all weather conditions in which the SOC-R platform is operated (i.e. rain, sand, snow, fog, wind, ice, etc. as defined in MILSTD 810). The system shall operate under temperature between -40 degrees C and 60 degrees C (as defined in MIL-STD-810F). The system shall be corrosion and water resistant throughout a large spectrum of fresh and salt waters. The system shall be capable of detecting threats at a minimum range of 400 meters (7.62 caliber ammunition) as a threshold requirement and 1000 meters as an objective requirement. The system shall also be capable of detecting threats at a minimum range of 1200 meters (required) and out to 2000 meters (desired) for ammunition greater than 0.50 caliber. The system shall also be capable of detecting the incoming fire from a variety of threat systems, including as a minimum, weapons that fire 5.56mm and 7.62mm ammunition (required- more is better). The system shall be capable of discriminating and identifying multiple shooters after the shot is fired (required) or ideally before the shot is fired (desired). It is desired that the system shall be capable of identifying various calibers (i.e. 5.56mm and 7.62mm). The system probability of detection of bearing error to the threat position shall be less than +/- 5 degrees of actual bearing, less than +/- 5 degrees of actual elevation, and less than +/- 10% of the actual range (relative to the bow). The system shall have a false alarm rate of 5% or less (required). The minimum range of detection of the system shall be no less than 50 meters (required) and no less than 100 meters (desired). The system shall have a response time of less than 1 second from the time of the muzzle blast. The system shall be capable of sustained operation at platform speeds up to 35 nautical knots (required), 50 nautical knots (desired), without performance degradation. It shall be capable of operating with the boat engine on, while still meeting performance requirements (required). The system shall be shock resistant within performance envelope of the platform (required). The system shall operate using platforms 12-14 VDC power supply without degradation of the platform operation. The system shall draw no more than 2 amperes (required), and no more than 1 ampere (desired). The system shall be able to be mounted so as not to interfere with present on-board systems (required) and shall be capable of integration with future on-board systems (desired). The system shall have the ability to mount various platforms (desired). The sensor for the system shall be 3 cubic feet (required), smaller is desired. The system shall be less than 25 pounds (required), less than 15 pounds is desired. The system shall be network capable and shall be able to communicate by wireless boat-to-boat communications (desired). Additionally, the system shall be capable of slewing to a remote weapon station (desired). The system shall be compatible with present tactical navigations systems and have a downloadable shot recall (required). In the case of data overload, the system shall have the ability to reset (required). The systems hardware shall be reliable greater than 90% of the time within a 96 hour time period (required). The system shall have an overall 90% or greater operating reliability (required). The system shall have a quick (less than one minute) diagnostic bit test to ensure functionality (required). The system shall not require special operator tools for installation, maintenance, or repair (required). The display for the system must be night vision compatible and capable of various modes to include: day, night and blackout (desired). The notification of the threat positions shall be using goggles or other silent source. The system shall be capable of audio alert via earpiece. The system shall be crew jammer compliant and be capable of integration with the FBCB2 system. After delivery of the required systems, the Government requires support to include installation of designated platforms, maintenance, repair and removal, refurbishment and reinstallation for a period of one year. Estimated issue date of the solicitation is May 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=77d2a5d3571611356936930949a42645&tab=core&_cview=1)
- Record
- SN01563137-W 20080501/080429220150-77d2a5d3571611356936930949a42645 (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 |