Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2011 FBO #3456
MODIFICATION

10 -- Correction and additional data to announcement

Notice Date
5/10/2011
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-11-R-H001
 
Response Due
5/16/2011
 
Archive Date
7/15/2011
 
Point of Contact
George Hunt, 443-861-5075
 
E-Mail Address
ACC-APG (C4ISR)
(george.hunt@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
***Please Note*** The correct increase to the ceiling is $85M and not $95M as stated earlier. The following is additional infromation regarding the proposed increase to the ceiling. Also, effort under the STES MATOs will require up to TS clearance for both individuals and facilites. Each TO will identify the security level required. The Night Vision and Electronic Sensors Directorate (NVESD) is contemplating an $85M ceiling increase to the Sensor Technology Engineering Services (STES) contract due to the delays experienced in issuing a solicitation for the follow-on Warrior Enabling Broad Sensor (WEBS) Services contract. The ceiling increase to STES is intended to provide NVESD a short term contracting bridge until the WEBS contract can be properly solicited and allow an appropriate ramp up time for new awardees. The purpose of this request for information is to conduct market research to determine if there are any contractors in a position to immediately step in and provide NVESD seamless contractor support until the WEBS contract can be awarded. The services to be provided by the contractor will require personnel with scientific, engineering, analytical, computer programming, manufacturing, administrative, management, and various other technical skills. The technology areas which the contractor may support include, but may not be limited to, the following: a. Thermal Imaging b. Cooled and Uncooled Focal Plane Arrays c. Image and Signal Processing, Image Compression, Image Fusion Boards d. Optics (small Adaptive) and Image Intensification e. Laser, Fiber Laser, Rangefinders, Designators f. Electro-Optic (EO) Measurement and Signature Intelligence (MASINT) g. Radio Frequency (RF)/Acoustics h. Explosive, Mechanical and Electronic Neutralization of Mines (including LASERs) i. Mine Detection j. Humanitarian Demining k. Unexploded Ordnance (UXO) l. Countersurveillance/Deception m. Low Cost/Low Observables n. Physical Security Equipment (PSE) o. Aided/Automatic Target Recognition (ATR) p. Sensor Fusion q. Display, Helmet Mounted Displays (HMDs) r. Unmanned Air/Ground Sensors s. Simulation t. Future Combat Systems (FCS) u. Modeling and Simulation v. Perception Testing w. Computer-Based Trainers x. Improvised Explosive Devices (IEDs) Neutralization y. Improvised Explosive Device Detection z. Persistent Surveillance System aa. Advanced Gimbals bb. Imaging and Non-Imaging Systems for Through Foliage Capabilities cc. Passive Millimeter Wave Camera (PMC) dd. Objective Pilotage for Utility and Lift ee. Brownout/Whiteout, Obstacles Detection and Avoidance System ff. Ultra-Compact High Definition TV (HDTV) and Ultra-Compact Infrared (UCIR) Imagers gg. Unmanned and Manned Platforms System Integration hh. Infrared (IR) Systems and Technology (Corrugated Quantum Well IR Photo Detectors and Arrays, Strained Layer Super lattice) ii. Hyperspectral jj. Multispectral kk. SWIR ll. Light Detection and Ranging (LIDAR) mm. Acoustic Detection nn. Forward/Side Ground Penetrating Radar oo. Airborne IED/Mine Detection Interested parties who have the ability to immediately provide the technical expertise necessary to support Task Order requirements in all of the technology areas mentioned above should provide their information to Eric Pratt via email eric.pratt1@us.army.mil, by 16 May 2011. The submission of information does not obligate the Government to contract as the market research is for planning purposes only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0eaf922687e0df8e06e0417618e584ae)
 
Place of Performance
Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02444545-W 20110512/110510235034-0eaf922687e0df8e06e0417618e584ae (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.