SOURCES SOUGHT
66 -- Man-portable Radiation Detection Systems In support of the Joint Program Manager for Radiological and Nuclear Defense (JPM RND) Provisional.
- Notice Date
- 5/15/2012
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- ACC-APG - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR-MRDS
- Response Due
- 6/22/2012
- Archive Date
- 8/21/2012
- Point of Contact
- Lenore Y. Paseda, 410-436-4399
- E-Mail Address
-
ACC-APG - Edgewood
(lenore.paseda1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice (SSN) ONLY. Requests for copies of a solicitation will not receive a response. The government will not reimburse participants for any expenses associated with their participation in this Sources Sought Notice. The Joint Project Manager, Radiological and Nuclear Defense (JPM RND) Provisional is issuing this sources sought announcement as part of a market survey to establish a baseline of knowledge of small businesses within industry that - 1. Can demonstrate system integration capability relative to Man-portable Radiation Detection Systems (MRDS) using existing Commercial-Off-The-Shelf (COTS) and/or Government-Off-The-Shelf (GOTS) technologies that meet or exceed the targeted MRDS performance specifications described in this announcement, AND/OR 2. Currently manufacture COTS systems or component systems that meet or exceed the targeted MRDS performance criteria described in this market survey. Note: The government may choose to direct specific COTS systems or component systems for inclusion in future system integration efforts. In short, this market survey is intended to identify small businesses with existing COTS solutions meeting MRDS criteria and small businesses that can integrate and test these solutions, as well as provide services for logistics (training and TM production), information assurance support, test support, and overall system integration. This information is being collected in order to develop a contracting strategy for use in potential future systems integration and test contract in support of the MRDS program. Responses to this market survey may address either Item 1 or Item 2 (or even a single component system within Item 2) above and must address relevant system or component system costs where indicated below. If addressing Item 1 above, responders must identify the existing component systems (COTS or GOTS) that they assess as being amenable to meeting their capability to integrate into a full MRDS package and provide a description of their capability for system testing. For purposes of this market survey, there are four component systems that will require integration to form a complete MRDS package: a Hands-Free (HF) detection system, a Handheld (HH) detection system, a tactical network, and a Situational Awareness (SA) software tool/capability. MRDS Concept of Operations Summary. Radiological and Nuclear (RN) Elimination operations are actions to systematically locate, characterize, secure, disable, or destroy RN programs and related capabilities. The four basic tactical activities that comprise RN Elimination operations are: Isolation; Exploitation; Destruction; and Monitoring and redirection. The Man-portable Radiation Detection System (MRDS) will provide detection capabilities to the isolation and exploitation phases of Elimination operations. The purpose of isolation at the tactical level is to secure suspected WMD sites, materials, equipment, and personnel. The purpose of exploitation at the tactical level is to preserve, characterize, exploit, disable/neutralize, or render-safe the adversary's RN weapons, materials, equipment, personnel, and infrastructure. Specialized Sensitive Site Assessments (SSA) and Sensitive Site Exploitation (SSE) teams will be tasked to conduct technical assessments at sites to determine if there is evidence of RN activity. Accurate RN detection and identification is the primary driver for making RN Elimination operations successful. Without various RN detectors with a multitude of detection capabilities, operations can be significantly hindered, delaying specialized combating Weapons of Mass Destruction (WMD) teams and slowing the flow of critical information on an adversary's WMD program to the Joint Force Commander (JFC) and national level decision makers. Background: The MRDS is intended to provide increased radiological and nuclear detection, localization, presumptive identification, and theater field confirmatory identification capabilities at the tactical level. The MRDS increment 1 will support Elimination operations, specifically RN SSA and SSE. This initial capability will provide increased radiological and nuclear detection, localization, presumptive identification, and theater field confirmatory identification capabilities that are networked to provide near real time situational awareness at the tactical level. This capability may also support Reconnaissance and Surveillance across the full range of Combating Weapons of Mass Destruction (CWMD) operations in future increments. However, this market survey is focused on gathering information that is particularly relevant to MRDS increment 1. The MRDS currently envisioned is comprised of two detectors that will be utilized within the isolate and exploit phases of Elimination operations. The isolate phase is supported by the HF detector that provides presumptive identification. Field confirmatory and theater validated identification within the exploitation phase is provided by the HH detector. The near real time data generated by the MRDS must be networked to a tactical operations center where MRDS generated information may be used to plan, coordinate, and execute subsequent tasks. There are four primary component systems that will require integration to form a complete MRDS: a HF detection system, a HH detection system, a tactical network, and a situational awareness capability. 1. The detection capability is envisioned to be composed of a HF search device and HH radionuclide isotope identification system. Once the RN source is detected and localized, a radionuclide identification device will be used to characterize the threat to facilitate subsequent tasks. These detectors are designed to support networked operation as well as standalone operations (for example a non-network environment). The system will enhance presumptive identification, field confirmatory identification, and theater validated identification while reducing mission time and minimizing soldier exposure to radiological sources. 2. The communication infrastructure must be an integrated tactical network with sufficient bandwidth and range to support the data transmission requirements of the instruments connected to the communications infrastructure. The system will provide near real time mission information to tactical commanders to enhance decision making. 3. The situational awareness capability must allow users to receive and utilize data generated by MRDS devices and possibly other networked devices, to integrate this data with mission data and to generate actionable information in a tactical environment. The software and hardware will support total mission management to include sensor management and tactical planning and execution. It provides a Common Operational Picture (COP) supported by real time mission information to enhance decision making, reduce mission time and minimize soldier exposure to radiological sources. The HF and HH detectors each have three Key Performance Parameters (KPP) for Increment 1: Detection and Identification, Sustainment, and Net-ready. This sources sought notice is seeking responses that identify COTS that meet or exceed the following detection and identification target performance criteria (Note: where the target criteria is not met, the response should state the actual performance capability of the identified system). Hands-Free (HF) Detection System Target Performance Criteria (Goals): 1. Detect gamma rays between 45 keV and 7 MeV. 2. Capacity to add alpha and beta particle probes. 3. Detect nuclear material in open air as follows: 25kg HEU at 10m and 8kg WGPU at 20m 4. Exceed detection response times for a pace (travel speed) past a source at 1.2 m/s as follows: Alarm within 2 seconds for gamma rays and within 5 seconds for neutrons. 5. Identify the following RN materials and radionuclides at an exposure rate of 5 R/h ( 20%): Weapons Grade Plutonium (WGPu), Highly Enriched Uranium (HEU), Depleted Uranium (DU), medical isotopes (to include 131-I, 133-Ba, 99m-Tc, 57-Co, 67-Ga, 201-Tl), industrial isotopes (to include 60-Co, 226-Ra, 152-Eu, 137-Cs), research isotopes (to include 22-Na, 24-Na, 58-Co, 129-I), Naturally Occurring Radioactive Material (NORM to include 214-Bi, 208-Tl, 40-K), and actinides (to include 232-Th, 237-Np, 238-Pu, 241-Am, 252-Cf). 6. Provide RN material and radionuclide identification within 30 seconds. 7. The detector shall not identify a radionuclide that is not present (false positive) when operated in a stable and low ambient radiation background and will provide an indication that the field is too low to perform identification. 8. Provide an indication of the gamma exposure rate. Using Cesium-137 (137Cs) as the source, the exposure rate shall be within 30% of the actual exposure rate over a range of 0.1 mR/h to 999 mR/h. 9. Neutron detection must be a mature technology other than 3-He. 10. The detectors shall have a false alarm rate when tested in an area with a stable background (only natural fluctuations) of less than 1 alarm per 1 hour period. 11. Provide location in GPS-available and GPS-denied environments. 12. Network-capable for transmitting detection information via wireless communications to a central Situational Awareness (SA) software tool. 13. Provide operator access to set or retrieve detector operating parameters: alarms, background levels (both gamma and neutron), radionuclide library, historical data on alarms, gamma-ray count, neutron count, and histograms of gamma and neutron counts. 14. Weigh 15 pounds or less (all inclusive for the system - extra batteries, etc.). 15 The system must have a 95% probability of completing an 8-hour mission free from mission-degrading failure (> 95% probability of completing an 8-hour mission is the objective). 16. The system will provide a continuous operating time of 8 hours without replacing batteries. Batteries shall be replaceable without interrupting operation. It will be capable of operation from an external power source (AC or DC). Rechargeable batteries shall be fully recharged within 4 hours. A visual indicator shall be available to indicate when the batteries are fully charged. 17. The Operational Availability of the system must exceed 90% (maintenance, calibration and other necessary system downtime less than 10%). 18. System will use Built-in-Test (BIT) and self-diagnostics to verify system is fully functional upon start up and during operation to alert operator of malfunctions and corrective actions required or performed. The operator will have the ability to override the BIT and continue the mission. 19. Provide the means to download data for archival review from the detector. 20. Operate after begin dropped 1 meter on each axis (Reference Military Standard 810). 21. Operate under climatic design type Hot and Basic and operate in 5 percent to 100 percent relative humidity (Army Regulation 70-38, Research, Development, Test and Evaluation (RDT&E) of Materiel for Extreme Climatic Conditions). 22. Be splash-proof, rain-proof and maintain operation during decontamination with soap and water. 23. Be capable of surviving air pressure when transported by military air transport up to a ceiling height/altitude of 8,000 feet (Above Ground Level [AGL]) and withstanding pressure changes of 2,000 ft/min up to 45,000 feet. Handheld (HH) Detection System Target Performance Criteria (Goals): 1. Detect gamma rays between 45 keV and 3 MeV. 2. Provide high resolution gamma spectrum - less than 3% energy resolution at 662 KeV (137Cs). 3. Identify the following RN materials and radionuclides at an exposure rate of 5 R/h ( 20%): Weapons Grade Plutonium (WGPu), Highly Enriched Uranium (HEU), Depleted Uranium (DU), medical isotopes (to include 131-I, 133-Ba, 99m-Tc, 57-Co, 67-Ga, 201-Tl), industrial isotopes (to include 60-Co, 226-Ra, 152-Eu, 137-Cs), research isotopes (to include 22-Na, 24-Na, 58-Co, 129-I), Naturally Occurring Radioactive Material (NORM to include 214-Bi, 208-Tl, 40-K), and actinides (to include 232-Th, 237-Np, 238-Pu, 241-Am, 252-Cf). 4. Provide RN material and radionuclide identification within 60 seconds. 5. The detectors shall not identify a radionuclide that is not present (false positive) when operated in a stable and low ambient radiation background and will provide an indication that the field is too low to perform identification. 6. Neutron detection must be a mature technology other than 3-He. 7. The detector shall have a false alarm rate when tested in an area with a stable background (only natural fluctuations) of less than 1 alarm per 1 hour period. 8. Provide an indication of the gamma exposure rate. Using Cesium-137 (137-Cs) as the source, the exposure rate shall be within 20% of the actual exposure rate over a range of 0.01 mR/h to 999 mR/h. 9. Provide an estimate of source activity using known distance and gamma spectroscopy. 10. Provide an estimate of HEU enrichment using gamma spectroscopy. 11. Network-capable for transmitting detection information via wireless communications to a central Situational Awareness (SA) software tool. 12. Provide operator access to set or retrieve detector operating parameters: alarms, background levels (both gamma and neutron), radionuclide library, historical data on alarms, gamma-ray count, neutron count, and histograms of gamma and neutron counts. 13. Weigh 5 pounds or less (all inclusive for the system - extra batteries, etc.). 14. The system must have a 95% probability of completing an 8-hour mission free from mission-degrading failure (> 95% probability of completing an 8-hour mission is the objective). 15. The system will provide for continuous operating time of 4 hours without replacing batteries. Batteries should be rechargeable and be replaceable without interrupting operations. 16. The Operational Availability of the system must exceed 90% (maintenance, calibration and other necessary system downtime less than 10%). 17. System will use Built-in-Test (BIT) and self-diagnostics to verify system is fully functional upon start up and during operation to alert operator of malfunctions and corrective actions required or performed. The operator will have the ability to override the BIT and continue the mission. 18. Provide the means to download data for archival review from the detector. 19. Operate after begin dropped 1 meter on each axis (Reference Military Standard 810). 20. Operate under climatic design type Hot and Basic and operate in 5 percent to 100 percent relative humidity (Army Regulation 70-38, Research, Development, Test and Evaluation (RDT&E) of Materiel for Extreme Climatic Conditions). 21. Be splash-proof, rain-proof and maintain operation during decontamination with soap and water. 22. Be capable of surviving air pressure when transported by military air transport up to a ceiling height/altitude of 8,000 feet (Above Ground Level [AGL]) and withstanding pressure changes of 2,000 ft/min up to 45,000 feet. Communication System Target Performance Criteria (Goals): 1. The communication system must provide the operator with selectable frequencies ranging from 900MHZ to 5.4 GHZ with a minimum battery life of 8 hours and a band width of minimum of 54 Mbps. 2. Minimum line of site distance requirement is three miles. Multiple radios can be used in developing the solution. 3. The radio solution should be FIPS 140.2 compliant and type one encryption capable. Situational Awareness (SA) Software Tool Target Performance Criteria (Goals): 1. The SA tool must display full set of sensor data from all deployed sensors spatially and/or geographically-referenced using GPS. 2. The SA tool must provide the means for the operator to view the detector data display and control remotely from Tactical Operations Center (TOC). 3. The SA tool must be capable of importing and overlaying geospatial mapping formats (e.g., ARCVIEW, Google Earth, etc), as well as, local spatial information and imagery (e.g., aerial photos, satellite images, ground video, etc.). 4. The system must provide a networked SA mission management and sensor integration software suite for use with the hands free and handheld detection system. The system should be able to operate in wireless mode connected direct to an IP network. The SA system will be capable of receiving and processing sensor data in real time and fuse that information with other locations and visual imagery. The SA tool will be capable of sharing information with other SA tools on the network. The SA will provide integration of sensor data through the software suite for real-time detection data that is fused with the other locations and visual imagery, and disseminated over a tactical wireless system to increase situational awareness and mission performance. 5. The following information and control must be provided through the Situational Awareness tool through use of access controls (password): access to and control of operating parameters, access to alarm history, access to count rate time history profiles including gamma-ray and when available, neutron radiation, access to background radiation information, access to alarm selection criteria, access to the radionuclide library (when radionuclide identification capabilities are provided). The MRDS will meet or exceed applicable standards, to include the following - 1. Net-Ready Standards: The capability, system, and/or service must fully support execution of joint critical operational activities and information exchanges identified in the DOD Enterprise Architecture and solution architectures based on integrated DODAF content, and must satisfy the technical requirements for transition to Net-Centric military operations to include: 1) Solution architecture products compliant with DOD Enterprise Architecture based on integrated DODAF content, including specified operationally effective information Exchanges 2) Compliant with Net -Centric Data Strategy and Net-Centric Services Strategy, and the principles and rules identified in the DOD Information Enterprise Architecture (DOD IEA), excepting tactical and non-IP communications 3) Compliant with GIG Technical Guidance to include IT Standards identified in the TV-1 and implementation guidance of GIG Enterprise Service Profiles (GESPs) necessary to meet all operational requirements specified in the DOD Enterprise Architecture and solution architecture views 4) Information assurance requirements including availability, integrity, authentication, confidentiality, and non-repudiation, and issuance of an Interim Authorization to Operate (IATO) or Authorization To Operate (ATO) by the Designated Accrediting Authority (DAA), and 5) Supportability requirements to include SAASM, Spectrum and JTRS requirements. 2. The communication equipment providing the tactical network is the capability to operate Type 1 encryption for wireless operations IAW DOD Instruction 8551.1, 13 August 2004, "Ports, Protocols, and Services Management (PPSM) to ensure secure communications. 3. ANSI N42.34 for Hand-held Instruments for the Detection & Identification of Radionuclides. 4. ANSI N42.43 for Mobile and Transportable Radiation Monitors Used for Homeland Security 5. ANSI N42.53 (DRAFT) for Backpack Based Radiation Detection Systems Used for Homeland Security 6. DHS Technical Capability Standard for Backpack Based Radiation Detection Systems (DRAFT) 7. Radiological signatures required by the program will be documented and coordinated with the Signatures Support Program (SSP) per DODD 5250.01 and DODI 5000.02. 8. The system will be compatible with Electromagnetic Environmental Effects (E3) and Spectrum Supportability within the expected operational electromagnetic sheltered environment. The system will comply with DOD Directive 4650.1 and obtain spectrum certification prior to operational deployment. The system will be exposed to the electromagnetic environments for maneuver forces, airfields, and maintenance facilities. The system will be tested to demonstrate mutual compatibility with other electric or electronic equipment within the expected Joint operational electromagnetic environment to meet verifiable E3 performance parameters IAW Department of Defense Directive (DODD) 3222.3 and Chairman, Joint Chiefs of Staff Instruction (CJCSI) 6212.01E, 15 December 2008. Compliance shall be verified at the system level in accordance with MIL-STD 464C, Electromagnetic Environmental Effects Requirements for Systems, 1 December 2010. Electronic subsystems and components shall meet the applicable emission and susceptibility requirements of MIL-STD 461F, Requirements for the Control of Electromagnetic Interference Characteristics of Subsystems and Equipment, 10 December 2007. Costs. Responders must provide Rough Order of Magnitude (ROM) unit costs for each COTS system, or component system, being described in the response, as well as, estimated Operating and Support (O&S) costs per system/component system over a 10-year life cycle. ROM unit costs should be broken out by procurement volumes such as unit cost for procurements of 10, 50 and 100 systems/component systems. MRDS Program Summary. The overall acquisition strategy for the program is currently formulated as an evolutionary approach to incrementally deliver capability to the Services. a. MRDS Increment 1 will transition a hands free, man-portable, networked RN detection and identification system, a handheld networked Radiological Identification Device (RIID), wireless networked communication system, and an integrated situational awareness communications to support Elimination operations. The acquisition strategy may consist of a Government Off the Shelf (GOTS) and Commercial Off the Shelf (COTS) solutions. The intention is to solicit an all-encompassing Request-For-Proposal (RFP) to allow for ease of integration across the system. b. Increment 2 is envisioned to provide Increment 1 capabilities to Services for RN Reconnaissance and Surveillance to support CWMD operations. Expected improvements over Increment 1 capabilities will focus on detection, identification sensitivity, response time and form, fit, and function. The program will follow a GOTS and COTS acquisition strategy, similar to Increment 1. A corporate size standard of $7M in annual revenue appears appropriate for MRDS increment 1. However, the actual North American Industries Classification System (NAICS) code and size standard for a potential future contract has yet to be determined. In response to this market survey, small businesses may provide their reasoning in suggesting relevant NAICS codes and size standards for a potential future MRDS systems integration and test contract. This Sources Sought Notice is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government for follow-on-acquisition. The Government does not intend to award a contract on the basis of this Notice, or otherwise pay for the information requested. No entitlement or payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this Notice and Government use of such information. The Government recognizes that proprietary data may be part of this effort. If so, identify proprietary components, interfaces and manufacturing techniques, and clearly mark restricted or proprietary data and present it as an addendum to the non-restricted / non-proprietary information. Responses to this Notice are preferred in Microsoft Word file format with a page count goal of less than 10 pages and a page count limit of 15 pages. If system-specific COTS technical literature is attached as an appendix to the response, the appendix shall be limited to an additional 10 pages. Responses are due by 22 June 2012. Electronic submissions are encouraged and shall be sent to the following email address: lenore.y.paseda.civ@mail.mil Contract Specialist: Lenore Paseda Questions or comments regarding this Notice may be addressed to the following: The technical Point of Contact for this action is Nicholas Topfer, Nicholas.topfer@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/86cdffa590c2d4e06d1769d1771b9fc6)
- Place of Performance
- Address: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
- Zip Code: 21010-5424
- Zip Code: 21010-5424
- Record
- SN02748329-W 20120517/120515235729-86cdffa590c2d4e06d1769d1771b9fc6 (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 |