SPECIAL NOTICE
99 -- Requirement is for four third-generation, multi-transmitter components, multi-axis-receiver components, time-domain electromagnetic induction metal detectors.
- Notice Date
- 5/28/2010
- Notice Type
- Special Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY10Q0001
- Archive Date
- 8/26/2010
- Point of Contact
- John A. Cominotto, 256-895-1346
- E-Mail Address
-
USACE HNC, Huntsville
(john.a.cominotto@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Army Corps of Engineers intends to acquire through contract action on a sole source basis, services of a firm with the capability of providing four third-generation, multi-transmitter components, multi-axis-receiver components, time-domain electromagnetic induction metal detectors designed to detect and characterize sub-surface metallic items as either munitions or not munitions; NAICS Code 334519. The anticipated source is Geometrics, Inc., 2190 Fortune Drive, San Jose, CA 95131. This is not a formal solicitation or request for quote. This synopsis of intent is to give notice of the Governments intent to make a sole source award under the authority cited in 10 U.S.C 2304(c)(1) and implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other services will satisfy requirement. Contractors who can provide the U. S Army Engineering and Support Center with the services, in accordance with the synopsis listed below, are invited to submit electronically an affirmative written response indicating a bona fide ability to meet this specific requirement. The general requirement is to provide four fully operational metal detectors having the following performance capabilities as measured through independent evaluation by DoD (such as through the Standardized UXO Technology Demonstration Site Program): Probability of Detection (Pd) in discrimination mode of 0.85 or higher for all types of munitions tested between ground surface and thirty centimeters, and a Probability of False Positives in discrimination mode of 0.1 or less in the same depth range. The metal detectors shall be third generation electromagnetic induction devices with the capability of inducing multiple axis excitations within detected items and measuring the induced signals through multiple receivers such that principle polarizabilities of detected items can be estimated. The metal detectors shall provide a minimum of eight time gate measurements within the range of 200 microseconds and 5000 microseconds after transmitter turn-off. The number of time gates and their measurement intervals shall be user-programmable. The metal detectors shall be ruggedized for field deployment. Each shall have a ruggedized control console that also provides a means of data acquisition and recording. The control console shall be capable of simultaneously accepting a National Marine Electronics Association (NMEA) global positioning system data stream and a second data stream such as from an inertial measurement unit. The design specifications of the sensors shall be made available, upon request, to the Government so that response curve predictions for any item of known dimensions can be calculated. Software shall be available to estimate principle polarizabilities of detected objects, or the data shall be recorded in a manner that it can be seamlessly imported and analyzed in the UXAnalyze software or the UXODAS software. Any interested respondents must have the rights to manufacture, distribute and disclose the design specifications (for the purpose state above) of the metal detectors. Responses should appear on company letterhead and include, at minimum, affirmation of active registration in the Central Contractor Registration (CCR), your Data Universal Number System (DUNS) number, any applicable processed credentials and qualifications, and any applicable pricing data or information. All responses should include a point of contact, telephone number, and electronic address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUB Zone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses to this notice will be used to determine the availability of this type of service. All responsible sources may respond to this synopsis and all responses will be considered by the agency. Responses should be furnished electronically by 3:00 P.M. CST, Monday, 14 June 2010 to the referenced point of contacts: Contracting Officer: Richard J. Mullady Email: richard.j.mullady@usace.army.mil (256) 895-1061 Contract Specialist: John A. Cominotto Email: john.a.cominotto@usace.army.mil (256) 895-1346
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY10Q0001/listing.html)
- Record
- SN02164163-W 20100530/100529000049-b2725cead9c4d831fa1d138977b1ced0 (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 |