SOLICITATION NOTICE
59 -- Pre-Solicitation - Industry Day Notice for the Husky Mounted Detection System (HMDS) Program.
- Notice Date
- 5/10/2012
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY12RD001
- Response Due
- 5/24/2012
- Archive Date
- 7/23/2012
- Point of Contact
- Alison Landin, 7037040157
- E-Mail Address
-
ACC-APG - Washington
(alison.landin@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: W909MY-12-R-D001 Notice Type: Presolicitation NAICS code: 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing Small Business Size Standard: 750 Employees Synopsis: The U.S. Army Product Management Office for Countermine and Explosive Ordnance Disposal (PM CM & EOD) will conduct an Industry Day briefing in support of the anticipated Engineering and Manufacturing Development, Low Rate Initial Production and Full Rate Production Phases of the Husky Mounted Detection System (HMDS) Program. The HMDS Industry Day will be held on Tuesday, 12 June 2012 at the Ft. Belvoir Community Center, Bldg 1200, 10300 Taylor Road, Fort Belvoir, Virginia, 22060. The Industry Day will be UNCLASSIFIED. All interested parties are invited to attend this Industry Day where the Government team will present an overview of the HMDS Program vision, goals and objectives, planned acquisition strategy, and program schedule. It is anticipated that a DRAFT Statement of Work, Performance Specification, and Interface Control Document will be available 29 May 2012. Any sources interested in obtaining a copy of these documents should submit a request via email to the Contract Specialist, Alison Landin, at alison.m.landin.civ@mail.mil. The email should contain the company name, address, and telephone number. TELEPHONIC REQUESTS WILL NOT BE HONORED. PROGRAM DESCRIPTION AND OBJECTIVES: The Army requires capabilities to support Army route clearance and area clearance operations by detecting and marking the location of surface laid and buried explosive threats, including Improvised Explosive Devices (IEDs) with pressure activated trigger mechanisms, unexploded ordnance (UXO), landmines, and weapons caches. These capabilities are described as follows: (1) A Ground Penetrating Radar (GPR) is required to detect surface-laid and buried, metallic and low-metallic, explosive hazards in a wide range of road surfaces and soil conditions. The probability of detection is required to be not less than 95% of surface-laid hazards and not less than 90% of hazards buried down to 8 inches (20.3 cm) of soil/road surface overburden. The probability of detection is required to be not less than 90% of metallic and low metallic pressure activated IED trigger mechanisms buried down to 5 inches (12.7 cm) of overburden. The false alarm rate (FAR) is required to be 10 or fewer false alarms per linear kilometer of the road scanned. (2) The Deep Buried Detection Capability is required to detect deep buried metallic Improvised Explosive Devices (IEDs) and metallic encased caches. The probability of detection is required to be not less than 85% of metallic IEDs and not less than 85% of metallic encased caches buried down to 48 inches (1.2 meters) of soil overburden. The FAR is required to be 10 or fewer false alarms per linear kilometer of road scanned and 10 or fewer false alarms per 3,500 square meters of area scanned for cache detection. (3) The Marking Capability is required to accurately and precisely mark the detected explosive hazards and trigger mechanisms detected by the GPR and Deep Buried Detection Capabilities to minimize the area required to be interrogated by a digging arm on a following vehicle (digging arm is not part of this survey). This capability is required to have both manual and automatic marking of the road surface within 0.5 meter from the edge of the buried threat. The mark is required to be visible during daylight and night, in limited visibility, and in inclement weather for not less than 1 hour at a minimum standoff distance of 30 meters. Common Attributes: The GPR, Deep Buried Detection, and Marking Capabilities are required to be installed on the Husky simultaneously. The two detection capabilities are not required to operate simultaneously. The sensor for each detection capability is required to be mounted forward of the Husky to enable the Husky to be stopped before it overruns an explosive hazard. Each detection capability is required to scan a path width of at least 3.5 meters. While seated inside the Husky, the operator must be able to raise and lower detection sensors to avoid impacting the road surface, to configure the HMDS sensors for fording, and to move the sensors to a secure position on the Husky for rapid administrative movement. Each of the two capabilities are required to be interoperable with Blue force electronic warfare devices. A contract is planned for award in FY13 beginning with Engineering and Manufacturing Development (EMD) and continuing with priced options for Low Rate Initial Production (LRIP) and then Full Rate Production (FRP). The purpose of the 17-month EMD is to integrate highly mature technologies and designs onto the Mark III Husky vehicle. The EMD phase will require 5 systems for Government testing, with a delivery of two systems required 6 months following contract award. The purpose of LRIP is to deliver approximately 10 production representative systems for Government Operational Testing. The purpose of FRP is production of approximately 150 systems and spare parts and support of worldwide fielding to Army route clearance patrols. INDUSTRY DAY GOALS: The purpose of Industry Day is (1) to outline the HMDS program goals and objectives; (2) to familiarize participants with PM CM & EOD interest in the three major Husky Mounted Detection System (HMDS) capabilities to support Army route and area clearance operations; (3) to identify potential Offerors and promote understanding of the HMDS proposal requirements; and (4) to promote discussion among potential program participants. Widest industry participation is highly encouraged; it is our desire to facilitate the formation of strong teams and business relationships in order to develop comprehensive, quality responses to any potential PM CM & EOD solicitation for HMDS. The Government also invites industry to participate in individual-company sessions from 1400 to 1700 on Tuesday 12 June 2012. If needed, individual-company sessions will continue on 13 June 2012 starting at 0900. Potential offerors will have twenty (20) minutes to conduct private discussions with the Government. Potential offerors must submit their request to have individual-company sessions with the Government by 1600 EST on 24 May 2012 in accordance with registration instructions below. No individual sessions will be established at the event. The Government will collect written questions from industry before this event, as well as during the Government-Industry Question and Answer session during the event. Any input or questions prior to HMDS Industry Day shall be submitted by email NO LATER THAN 1600 EST on 6 June 2012, to the Contract Specialist Alison Landin, alison.m.landin.civ@mail.mil. No telephonic requests will be honored. Questions must be marked appropriately; justification must be provided for any portion marked as proprietary or for other restrictions on their use. REGISTRATION INFORMATION: All meetings will be held at the UNCLASSIFIED level. Seating is limited and pre-registration is required NO LATER THAN 1600 EST 24 MAY 2012 for both industry day attendance and individual company sessions to the Contract Specialist: Alison Landin, alison.m.landin.civ@mail.mil. No telephonic requests will be honored. Attendance is limited to four (4) representatives per organization. Participation from qualified small businesses interested in prime contract opportunities is highly encouraged. If interested in attending the HMDS Industry Day, please send an e-mail to (alison.m.landin.civ@mail.mil) by 1600 EST on 24 MAY 2012. Your email subject line should specify "RSVP HMDS Industry Day" and contain the following for each individual attending: Name Date of Birth Citizenship Title Company Name Email Address Phone Number Request for individual-company sessions In reply to your email, you will receive information detailing the registration process and logistics of the HMDS Industry Day. If you have any further questions about the registration and Visit Request processes, feel free to email (alison.m.landin.civ@mail.mil). Check-in for the Industry Day begins at 0830 EST, followed by presentations beginning at 0900 EST. Following the presentations, the room will be available for a networking session to promote communications among potential program participants. This announcement serves as a pre-solicitation notice and is issued solely for information and program planning purposes. Attendance at the Industry Day is voluntary and is not required to propose to subsequent solicitations (if any) on this topic. The Industry Day event does not constitute a formal solicitation for proposals or proposal abstracts. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not reimburse interested sources or responders to this notice or documents posted under this announcement, for any costs incurred in responding, or for subsequent exchanges of information, nor will the Government provide reimbursement for costs incurred to participate in this Industry Day. The Government does not intend to publish the questions and comments received as a result of this announcement; however, the feedback received may be considered in finalizing the requirements. If interested in this opportunity, please continue to monitor this website for updates to this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6d802057979f595e35e41046a2654fde)
- Place of Performance
- Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN02744386-W 20120512/120510235037-6d802057979f595e35e41046a2654fde (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 |