Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2008 FBO #2399
SOURCES SOUGHT

66 -- Electrical and Electronic Properties Measuring and Testing Instruments

Notice Date
6/19/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER, VIRGINIA 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017808Q3029
 
Response Due
7/18/2008
 
Archive Date
8/1/2008
 
Point of Contact
XDS13-12 540-653-4704
 
Small Business Set-Aside
N/A
 
Description
This sources sought is posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to access information posted by the Navy Sea Systems Command. The Naval Surface Warfare Center, Dahlgren Division is seeking qualified sources to provide an Unattended Ground Sensor (UGS) capability required to support persistent operations within an asymmetric environment. The sensors are required to detect/track both vehicle and foot traffic within an area of employment. Sensors should be easy to emplace/operate and capable of long periods of unattended operation. A baseline sensor suite will consist of six acoustic and six seismic sensors, a total of twelve sensors/suite. Sensors may be separately packaged or combined into sensor clusters, seismic plus acoustic in a single case. Mature sensors and system architectures (Technology Readiness Level 8 or higher) are desired. The Government estimates purchasing in excess of one hundred sensor suites to meet anticipated fielding requirements. Individual sensors will not be manned. Sensor alerts will be transmitted back to a monitoring station located up to 5 kilometers from the individual sensor. For situational awareness purposes, the emphasis is on minimizing the time from alarm at the sensor to alarm reception at the monitoring station. Operational considerations make cabling between sensors and the monitoring station impractical for this application. As a minimum, sensors should incorporate a wireless path for data transmission between individual sensors and the central monitoring location. Assume a desert terrain. Repeaters are allowable. A base sensor system shall consist of six acoustic and six seismic sensors, for a total of twelve sensors/suite. The system includes sensors and their packaging, any external power systems, any communications hardware required to transmit alerts back to a monitoring site and any devices required to program the sensors. Sensors will typically operate unattended over long operational periods. Sensor requirements are detailed in the following paragraphs. Detection Requirements. Sensors (seismic and passive acoustic) shall be capable of detecting the presence of personnel and vehicles traveling on dirt, gravel, sand and asphalt. Sensors shall be capable of detecting, with a 90% probability of detection in each case, personnel movement within a 50 foot radius, wheeled vehicle movement within a 100 foot radius and tracked vehicle movement within a 500 foot radius. The sensor shall be capable of discriminating contacts by type (personnel versus tracked vehicle versus wheeled vehicle) with high probability of discrimination. Signature Requirements. Sensor shall be easily concealable in potential operational environments. Sensor shall not be detectable by a human using a thermal viewing device at a range of 5 feet. Sensor shall not be visually detectable by a human with normal visual acuity at a range of 5 feet. Size, weight and power requirements. Individual units making up the sensor suite shall be capable of being carried and emplaced manually by one person. Sensors/sensor clusters shall operate unattended a minimum of thirty days. For installation flexibility, each individual sensor/sensor cluster shall have a dedicated power source capable of meeting the thirty day requirement under normal operating conditions. Mechanically, each sensor/cluster shall support connection of other power sources to support longer mission times. Power sources shall be compliant with applicable MIL-STD requirements for the power type selected. The system shall support power source replacement while in the field and without special tooling. Individual sensors shall be capable of transmitting a low-battery alert back to the monitoring station. Sensor wire and RF connections shall be MIL-STD compliant. Electromagnetic Compatibility Requirements. Individual Sensor Suites may be deployed either stand-alone or in close proximity to other Sensor Suites. The Sensor System RF architecture employed shall allow for multiple sensor suites to operate in close proximity to each other while minimizing RF interference between the systems. The proposed Sensor System shall operate in RF bands approved for Unattended Ground Sensors, or unlicensed bands. The vendor shall indicate in his response the frequency band the equipment operates in. Supportability Requirements. The unattended ground sensor system shall be able to be deployed under cover of darkness by 1 person with 8 hours or less of training and wearing protective clothing and gear (e.g., gloves, heavy coats). Threshold requirement is less then 15 minutes required to install any system component. It is not intended that the field installer has to return to the monitoring station to verify correct sensor operation after installation. The system shall provide a means for field installers to verify operation of the individual sensor/cluster locally, within short range of the installed sensor. The installer will be able to perform a quick health/welfare check of the installed sensor/cluster as well as locally receive any alerts generated by the sensor/cluster. The device the operator uses for local access to the sensors should be small, lightweight, ruggedized and commercially available. As technology advances, the Marine Corps may wish to incorporate new sensor types into the baseline Sensor Suite. To facilitate addition of new sensors, the system architecture shall be non-proprietary. At a minimum, this means use of only non-proprietary interfaces. The objective capability shall be non-proprietary interfaces, components, and software. Sensor data display. The Sensor System shall come with a software application that allows the operator to collect, analyze, and display the sensor data using an intuitive graphical user interface (GUI). Equipment possessing some or all of the following additional capabilities, ranked in order of decreasing importance, is desired: The Sensor System architecture shall support incorporation of a passive-infrared (PIR) sensor with detection range of 50 meters for humans and 100 meters for vehicles. Size/Weight/Power requirements listed above apply for this sensor. Additional capabilities desired include direction of motion indicator and number of objects detected in a specific timeframe, with the timeframe operator-selectable. The sensor system architecture shall support addition of electro-optic/infrared (EO/IR) cameras to augment the situational awareness capabilities of the baseline system. The System architecture shall support triggering of frame capture for system cameras based on alerts from system sensors. The system communications architecture shall support transmission of individual frames back to the monitoring station. The system architecture shall provide the operator the capability to turn on and off and tailor this capability as required to maximize battery life of the EO/IR stand-alone sensor. EO/IR sensors selected should be as small and concealable as possible. The Sensor System shall have the ability to incorporate a Passive Acoustic Counter Sniper detection sensor able to detect firing of a rifle within a radius of 500 meters. Size/Weight/Power requirements listed above apply for this sensor. The Sensor System shall have the ability to incorporate a Passive IR Flash Detection sensor. Size/Weight/Power requirements listed above apply for this sensor. The Sensor System shall have the ability to incorporate a Passive Acoustic Artillery Detection sensor. Sensors selected should be as small and concealable as possible. The Sensor System shall have the ability to incorporate a magnetic sensor with detection ranges of five meters for armed humans and 50 meters for vehicles. Size/Weight/Power requirements listed above apply for this sensor. Any sensor within a sensor suite shall be able to determine its geo-location automatically and transmit this data back to monitoring station. This alleviates the need for the installer to manually record sensor positions. The NAICS code for this requirement is 334511 with a size standard of 750 employees. Interested parties should submit the following information: (1) A list of equipment, with model numbers, to meet the requirements specified above. The list should note any equipment that is not off-the-shelf, i.e., equipment that must be developed to satisfy this requirement. The vendor should list the overall Technology Readiness Level (TRL) of the proposed equipment and backup information to support selection of that level; (2) Specifications for each of the proposed sensors. Incorporate a table in the response listing each sensor requirement in this document next to the proposed sensors corresponding specification. Vendor should indicate cases where the proposed sensor exceeds minimum requirements set forth in this document. Where military standards are listed in this requirement, indicate which military standards the proposed equipment meets, whether the equipment has been tested against those mil standards, and results. Provide Size, Weight and Power figures for individual units making up the sensor system. Include details on the proposed power source; (3) Rough order of magnitude costs for the offered equipment set. Provide separate pricing for discrete sensor units or sensor clusters, repeaters, and any base station units required. Include cost of ancillary equipment such as power sources. Vendor should provide the cost break quantities where increases in quantity purchased decreases the unit cost of the systems. Estimate of time from contract award to delivery of equipment to the Government; (4) Any available data on Mean Time to Repair (MTTR) and Mean time between Failure (MTBF) on individual system units. Any data on system Availability, including whether data is derived or actuals; (5) Include quantity of production level units sold and, if releasable, end user of the equipment; (6) The vendor, in their response, should provide a probability of detection, probability of false detection and probability of correct discrimination for the proposed sensors and list conditions under which these probabilities were calculated and/or measured. Vendor is encouraged to address algorithms used to improve detection/discrimination/false alarm rate parameters in their response and any filtering used to decrease noise environment in which sensors operate. Filtering of background noise becomes an important capability when operating the Sensor System in an urban environment; (7) Provide environmental specifications on the proposed system components, to the individual unit level; (8) Security. Vendors response should address any Communications Security and/or Transmission Security features of the proposed system. Vendors response should address any capabilities built into the sensor to monitoring station data link (as well as the individual sensor interface) to minimize RF jamming; (9) Electromagnetic Compatibility. Vendors response should indicate how proposed system addresses multiple sensor systems operating in close proximity. For equipment operating in the UGS bands, the vendor shall indicate whether it is specification compliant with the band and, if not, what areas it exceeds spec in; (10) Vendors including any of the optional sensors as part of their proposed system should provide manufacturer, model number and cost for the proposed sensor. Vendor should detail how the optional sensors integrate into the base system and indicate whether an additional communications capability beyond that proposed for the baseline system is required to transmit this sensor data back to the monitoring station. Detail whether the alert algorithms are inherent in the sensor or accomplished externally to the sensor; (11) In their response, vendor should detail any expansion capability inherent in the base Sensor Suite, to include interface types supported by the proposed sensor suite and any spare sensor ports included; and (12) Vendors submission should indicate any proprietary system components, interfaces and software. Additionally, the response shall identify the respondents business size and any socio-economic programs that may apply. THIS IS A SOURCES SOUGHT ANNOUNCEMENT AND THE GOVERNMENT WILL NOT PROVIDE REIMBURSEMENT OF COSTS ASSOCIATED WITH THE DOCUMENTATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT. All interested parties shall forward the specified documentation that articulates their capabilities to satisfy the requirements contained herein along with a company overview. Please include your company CAGE code (if you have one) and POC information with your response. Responses are requested on or before 18 July 2008 and shall reference Sources Sought Number N00178-08-Q-3029. Responses may be submitted electronically in Microsoft Word format to DLGR_NSWC_XDS13@NAVY.MIL or via FAX using (540) 653-6810 or mailed to Naval Surface Warfare Center, Dahlgren Division, 17632 Dahlgren Road, Suite 157, Attn: Code XDS13-12, Dahlgren, VA 22448-5110. Information submitted is for planning purposes only and is not to be construed as a commitment by the Government to provide any items or services. Questions pertaining to this Sources Sought Announcement Number N00178-08-Q-3029 shall be directed to the attention of DLGR_NSWC_XDS13@NAVY.MIL or via telephone using (540) 653-7765 or via facsimile at (540) 653-6810. NO SOLICITATION EXISTS AT THIS TIME AND THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT BASED ON THIS SOURCES SOUGHT ANNOUNCEMENT OR TO OTHERWISE PAY FOR THE INFORMATION SUBMITTED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0736f70840e538b1d170da53cf89d94a&tab=core&_cview=1)
 
Record
SN01597535-W 20080621/080619222513-0736f70840e538b1d170da53cf89d94a (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.