Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2008 FBO #2411
SOURCES SOUGHT

A -- REQUEST FOR INFORMATION (RFI) FOR THE CHEMICAL BIOLOGICAL DISTRIBUTED EARLY WARNING SYSTEM (CBDEWS)

Notice Date
7/1/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Edgewood, RDECOM Acquisition Center - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-08-R-9000
 
Response Due
7/18/2008
 
Archive Date
9/16/2008
 
Point of Contact
Mary Ann Mitchell, 410-436-0642
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI): The Joint Project Manager for Nuclear Biological Chemical Contamination Avoidance (JPM NBCCA) is conducting a market survey regarding new concepts and technologies to enhance standoff chemical biological (CB) detection in support of the NEXT GENERATION CHEMICAL STANDOFF DETECTION (NGCSD) program (formerly referred to as the CHEMICAL BIOLOGICAL DISTRIBUTED EARLY WARNING SYSTEM (CBDEWS)). The concept provides for an integrated system of systems to provide multi-layered, real-time, standoff detection and early warning capability for Chemical and Biological (CB) threats at fixed sites - including forward operating bases (FOB), remote sites, and check points. Key technology areas of interest include the following: A. New or improved active and passive standoff CB detection technologies and techniques (e.g. Laser Indication and Ranging (LIDAR), Enhanced Optical/Infrared (EO/IR), Hyperspectral Infrared Imaging, Fourier Transform Infrared (FTIR), etc.) B. Novel uses of new or improved point detection systems that can be employed in a standoff, projected, or mobile role. C. Command, Control, Communications and Computer Technologies that integrate and fuse multiple types of sensor data, provide intelligent decision aids in real-time, and slew-to-cue of sensors. D. Use of currently fielded battlefield sensors in new ways to provide information about CB events (e.g. radar, acoustic, seismic, and surveillance sensors, and unmanned ground vehicles and unmanned aerial vehicles, etc.) To this end, the JPM NBCCA is requesting whitepaper submissions to support potential technology development. After review of industrys submissions, the Government may invite candidates to demonstrate their system (on a non-interference basis) during the technology demonstration events to be scheduled during the period from 18 August thru 17 October 2008, at Dugway Proving Ground (DPG), UT. The Government demonstrations will provide a unique opportunity for industry to demonstrate their technologies and collect data during Government sponsored field demonstration events that would otherwise be difficult and costly to arrange. THIS NOTICE CONSTITUTES A REQUEST FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION; NO CONTRACT AWARD WILL BE MADE FROM THIS ANNOUNCEMENT.THERE WILL BE NO OPPORTUNITY FOR QUESTIONS AND ANSWERS ASSOCIATED WITH THIS RFI.REFERENCE NUMBER W911SR-08-R-9000 IS ASSIGNED FOR TRACKING AND INFORMATION PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A DEFINITE REQUIREMENT OR SOLICITATION DOCUMENT. WHITE PAPER PREPARATION AND SUBMISSION: All responsible United States firms, corporations, organizations, including those within the U.S. Government, private industry, academic institutions, research institutions, non-profit organizations, etc., are encouraged to respond to this RFI by submitting a white paper. The white paper should summarize the proposed technical concept together with its rationale and objectives, methodology, the expected results, potential operational impacts and its potential integration to the system. Additionally, the white paper should include estimated system cost and delivery schedule. At a minimum, the white paper shall provide the following information: 1) Brief Description of System or Technology and Capabilities. Describe the overall system and its capabilities. Describe the key components of the system to include size, weight and power expected. 2) Potential Integration. Describe how the system fits within the overarching integrated next generation standoff detection system of systems. Describe how the key interfaces could be used or modified to integrate the system with the NGCSD. Describe a rough order level of effort and timeline required for integration. 3) System Maturity. Identify the maturity of the system (e.g. breadboard, brassboard, prototype, production), estimated Technology Readiness Level (TRL), and the basis for which these assessments have been made. Provide information on the test environment that the systems were demonstrated in to obtain the TRL assessment. Provide information (if applicable) summarizing previous component or system level testing performed independently or by US Government agencies or other test agencies. 4) Demonstration Plan. Describe the target agents and release event types that would showcase the system/technologies capabilities. Estimate the number of personnel expected to operate the system and equipment footprint required to conduct a demonstration of the system capabilities. 5) Cost and Availability. Provide a rough order estimate of the proposed system cost and the availability of the system for potential procurement by the Government. The white paper shall be limited to ten (10) pages (8.5 x 11), of English text. It shall be single-spaced, 12 pitch with 1 inch left, right, top and bottom margins. All proprietary data that the respondent intends to be used only by the Government for evaluation purposes must be identified and appropriately marked. See Federal Acquisition Regulation (FAR) 3.104.4 and 15.201. The respondent must also identify all technical data contained in the white paper that is to be treated by the Government as subject to restrictive markings. In the absence of such identification, the Government will assume to have unlimited rights to all technical data in the white paper. The white paper shall be submitted in Microsoft Word format and include an electronic copy on CD-ROM compatible with Windows XP. Respondents are responsible to ensure electronic copies on CD-ROM are virus free. Submissions are to be sent to the following address: USA RDECOM Acquisition Center, Edgewood Contracting Division, ATTN: AMSRD-ACC-E, Mary Ann Mitchell, E4455 Leitzan Road, Aberdeen Proving Ground, MD 21010-5424 Submissions must be received not later than 5:00 pm on 18 July 2008. THIS NOTICE IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE US GOVERNMENT AND DOES NOT IMPLY AN INTENTION OR THE OPPORTUNITY TO ACQUIRE FUNDING TO SUPPORT CURRENT OR FUTURE DEVELOPMENT EFFORTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE INFORMATION SUBMITTED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3a711cec2072dac9b98da3a235fd177c&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Edgewood ATTN: AMSRD-ACC-E, E4455 LEITZEN ROAD Aberdeen Proving Ground MD
Zip Code: 21010-5401
 
Record
SN01604825-W 20080703/080701221349-3a711cec2072dac9b98da3a235fd177c (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.