Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2005 FBO #1242
SOURCES SOUGHT

10 -- Acoustic Gunfire Detection Systems (AGDS)

Notice Date
4/19/2005
 
Notice Type
Sources Sought
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-05-X-0115
 
Response Due
5/19/2005
 
Archive Date
6/18/2005
 
Description
The U.S. Army TACOM, Picatinny Center for Contracting and Commerce, Picatinny Arsenal, NJ 07806-5000 is conducting a Market Survey to identify potential sources for the improvement, testing, manufacturing, inspection and delivery of at least 162 units (total) of XM1 (Fixed Site) and XM2 (Vehicle Mounted) Acoustic Gunfire Detection Systems (AGDS). The requirement is expected to include the system performance improvements of XM1 and XM2 Acoustic Gunfire Detection Systems as well as enhancement adoption kit(s) to locate the origin of fire and/or visually identifying shooter prior to or after the shooting. The XM1 and XM2 AGDS are modified Commercial-off-the-shelf (COTS) items built in accordance with Government performance specifications. Performance characteristics of the proposed improved design and/or enhancement adoption kit shall meet the following criteria: 1) Decrease the probability of azimuth, elevation, and range error of the basic XM1 and XM2 AGDS. 2) Provide a day/night real time picture/display of gunshots location (in both visible and thermal spectrums) to locate the exact origin as well as identification (combatant status) of the shooter as opposed to an area solution (with a larger probability of error for azimuth, elevation and range). 3) Provide networking wire or wireless among deployed AGDS within communication ranges. 4) Provide detection, localization and identification of potential sniper(s) prior to any gun firing(s) (objective). 5) Provide detection, classification and localization of mortar firings. 6) Provide detection, classification and localization of rocket propelled grenade firings. 7) New application for the XM1 and XM2 AGDS technologies for other platforms. 8) Operational in climatic conditions and system reliability shall be comparable to the XM1 and XM2 AGDS. Interested parties that believe they can meet the above requirements shall provide the U.S. Army a description of their capabilities, including a brief summary of their company's capabilities in R&D, manufacturing and testing. Response should identify their current business structures: (a) Name of Company - include contact person's name, company address,telephone numbers (voice and fax), email address. (b) Company size (i.e. Large, Foreign, Small, Small Disadvantaged, 8(a), Women-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service Disable Small Business). Identify current major manufacturing processes, critical skills and equipment, and current production capabilities, which should include your maximum production rate attainable and minimum sustaining rate. Identify your organization's Facilities Equipment, Unique capabilities, Environmental Concerns, Storage, Shipping, Receiving and her Support Functions such as testing capabilities for conducting acceptance testing of the end product. All responding sources must submit their responses no later than 19 May 2005 to U.S. Army TACOM- Picatinny, Attn: Shannon Wagner, Contract Specialist, Picatinny Arsenal, NJ 07806-5000. Responses can also be submitted by email to the following Email address: swagner@pica.army.mil. echnical questions can be sent to Mr. King Siu, ksiu@pica.army.mil, (973) 724-6388. THIS MARKET SURVEY IS FOR INFORMATIONAL PURPOSES ONLY. It does not constitute a Request for Proposal, and is not to be construed as a commitment by the Government. All Information is to be submitted at no cost or obligation to the Government.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-05-X-0115)
 
Record
SN00791119-W 20050421/050419212213 (fbodaily.com)
 
Source
FedBizOpps.gov 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.