|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1998 PSA#2023U.S. Army Communications-Electronics Command Acquisition Center --
Washington Operations Office, 2461 Eisenhower Ave., Alexandria, VA
22331-0700 A -- MOBILE DETECTION ASSESSMENT RESPONSE SYSTEM -- INTERIOR (MDARS-I)
-- SOURCES SOUGHT SOL DAAB07-98-R-6009 POC Patricia S. Wantz, Contract
Specialist, ATTN: AMSEL-AC-WB-A, (703) 325-6173; Richard S. Sturgis,
Contracting Officer, ATTN: AMSEL-AC-WB-A, (703) 325-6068 WEB: CECOM-AC
Business Opportunity Page, http://134.80.11.9/. E-MAIL: Contracting
Officer, rsturg@hoffman-issaa2.army.mil. The purpose of this
announcement is to request comments from industry on the technical
requirements and acquisition strategy for the Army's pending Mobile
Detection Assessment Response System -- Interior (MDARS-I) acquisition,
which will be managed by the materiel developer, the Office of the
Product Manager, Physical Security Equipment (PM-PSE), at Fort Belvoir,
VA. MDARS-I involves the mission area of physical security. High dollar
value and critical US assets within warehouses and other storage sites
may be vulnerable to an intruder or saboteur intending to deprive the
US of these assets. The objective of MDARS-I is to protect these
assets by providing commanders with a highly secure, standardized,
autonomous Intrusion Detection System (IDS) using robotics technology.
Ultimately, MDARS-I will be capable of autonomous detection,
assessment, communications, and less-than-lethal response. Initially,
MDARS-I will be capable of operating only in stand-alone mode; future
versions will operate in conjunction with existing IDSs. MDARS-I will
introduce mobile platforms employing a suite of sensors that is
controlled by a station that houses monitoring and annunciation
equipment programmed with artificial intelligence. The patrolling
platforms: (1) detect anomalous conditions such as flooding or fires;
(2) detect intruders; and (3) determine the status of inventoried items
through the use of specialized Radio Frequency (RF) transponder tags.
MDARS-I also will interface with sensors, response devices,
Closed-Circuit Television (CCTV), RF/Microwave, and Hardwire/Fiber
Optic Communication networks. Functional users of MDARS-I are supply
and maintenance activities of the US Army Materiel Command (AMC) and
the Defense Logistics Agency (DLA). Approximately 18 depots are
currently planned for operational deployment of MDARS-I. The US Army
Military Police School (USAMPS) is the combat developer. MDARS-I will
be operated by Department of Defense (DoD) security and law enforcement
units. To date MDARS-I has undergone Demonstration and Validation which
has resulted in development of brassboard models for Early User
Appraisal (EUA). The next phase of MDARS-I is Engineering and
Manufacturing Development (EMD) which will verify producibility of the
MDARS-I system. The Production and fielding phase will follow the EMD
phase. The MDARS-I production system will utilize enhanced commercial
mobile robots equipped with features such as collision avoidance,
intruder assessment, and product inventory subsystems. The major
components are: a. MDARS-I Control Station (MCS). b. MDARS-I Remote
Platform Vehicle (RPV) with Mission Payload Suites (MPS). Associated
support equipment includes: a. MDARS-I Recharge Station (RS). b.
MDARS-I Communications Relay/Repeaters. c. MDARS-I Remote Product
Assessment Equipment. Initially, logistics support and maintenance for
MDARS-I will be provided by the production contractor or separate
contractual agreements at the installation level. In the interest of
acquisition streamlining, the Government will combine the Engineering
and Manufacturing Development (EMD) phase with the Production phase in
a single, hybrid solicitation and contract. The EMD phase will be Cost
Plus Incentive Fee (CPIF) and will be 2 to 3 years in duration. The
subsequent Production phase will be Fixed Price and Fixed Price
Incentive (FPI), Successive Target, with Indefinite Delivery ordering
provisions. The Production phase will be up to five years in duration.
The maximum value of the Production phase is 26 systems/sites. Total
contract life will not exceed 8 years. Offerors will be required to
propose fixed prices for non-developmental items and ceiling prices for
developmental items. Fixed prices for developmental items will be
negotiated after completion of First Article Test (FAT). The Source
Selection will be Best Value and will use a Tradeoff process. In
preparation for the release of the MDARS-I Request for Proposal (RFP),
the Government is seeking comments from industry on the acquisition
strategy discussed in this announcement, draft statement of work, draft
specifications, and other technical data, which is being made available
in conjunction with this announcement. Also being made available for
comment is key performance parameter information pertaining to the user
requirements and the achieved performance of the Concept
Exploration/Program Definition/Risk Reduction Phase (6.3) brassboard to
date. MDARS-I Draft "Pre-Solicitation" documents consisting of the
Specifications (SPEC.PDF), Statement of Work (SOW.PDF), Performance
Requirements and Achieved Performance (PERFORM.PDF), and pertinent
Technical Data (MRHA.PDF) are posted on the CECOM Acquisition Center
(CAC) Business Opportunities Page (BOP) at "http://134.80.11.9/".
Subject documents are downloadable and are posted to solicit comments
as a "Request for Information (RFI)" session. This RFI is identified on
the BOP as "MDARS-I, DAAB07-98-R-6009, Pre-Solicitation". Comments in
response to this RFI are to be submitted via CAC-Washington (CAC-W) Web
Site http://128.190.157.111/. Procedures for electronically submitting
comments are provided at the CAC-W Web Site. At least Netscape
Navigator Version 2.01 or Microsoft Explorer Version 3.0 is required.
Vendor Name, Company Address, and Email Address must be entered before
the comment can be accepted electronically. Fields on the form apply
to both questions and comments. Click on "Mail To WebMaster if you have
problems using this site". You may also phone or email Mr. Wayne
McAlarney at 703/325-6093 or wmcala@hoffman-issaa2.army.mil. Interested
vendors are encouraged to respond to this RFI as the Government may not
issue a Draft RFP for review and comment prior to issuing the final
RFP. Although all responses to this RFI will receive due consideration,
the Government does not guarantee that questions will be answered. If
answers are provided, they will be published on the CAC-W Web Site.****
(0029) Loren Data Corp. http://www.ld.com (SYN# 0004 19980202\A-0004.SOL)
A - Research and Development Index Page
|
|