Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

A--MARKET SURVEY FOR DEVELOPMENT OF FORWARD LOOKING RADAR TECHNOLOGY TO DETECT IMPROVISED EXPLOSIVE DEVICES (IED)

Solicitation Number: W909MY-06-R-PM03
Agency: Department of the Army
Office: U. S. Army Materiel Command
Location: US Army CECOM Contracting Center-Washington
  • Print
:
W909MY-06-R-PM03
:
Sources Sought
:
Added: December 19, 2005
The U.S. Army Communications-Electronics Life Cycle Management Command - (C-E LCMC) Washington Sector, on behalf of the US Army RDECOM, CERDEC, Night Vision and Electronic Sensors Directorate (NVESD), Countermine Division, is conducting market research to identify companies having technology, qualification and capabilities to demonstrate ground vehicle mounted forward looking radar capabilities to detect improvised explosive devices (IEDs). Specifically, the goal of the market research is to identify companies with prior experience and the ability to rapidly mature and demonstrate forward looking radar technologies to detect IEDs. For this market research, forward looking radar technologies include variations of ground penetrating synthetic aperture radar, harmonic radar, and intermodulation radar. Maturity for this market survey is defin ed as a minimum technology readiness (TRL) level of 5, or a clear path to demonstrate TRL 5 or greater within 12 to 24 months. A TRL 5 level of maturity is defined as a component and/or breadboard whose basic technological components are integrated with reasonably realistic supporting elements so that the technology can be tested in a simulated environment. Examples include 'high fidelity' laboratory integration of components. Success at achieving TRL 5 is dem onstrated by achieving detection of a variety of representative IED targets or surrogates, configured in a simulated setting. Results of this market research may be used to formulate a near-term technology maturation and limited fielding program that inte grates forward looking radar technology onto a military ground vehicle or manned/unmanned platform. A future program may include the following Performance Objectives: Detection of a variety of IED configurations in various scenarios at probabilities of det ection greater than 90%, standoff distances greater than 20 meters in front of the host vehicle, and false alarms less than one per kilometer while moving. IEDs may include thick-shelled military munitions or improvised explosive packages adapted with integral triggers such as contact sensors, command-or remotely-fired triggers, as well as a wide range of possible explosive ty pes and packaging. IEDs may be buried in the road surface or placed on the side of the road. Concealment may include rubbish, animal carcasses, soil, rocks, metal sheets, guardrails, concrete, foams or other materials. A future program may include the foll owing Technical Objectives: (a) Full definition of operating principles, underlying physics, interoperability and safety hazard mitigation required for military use. (b) Test and evaluation of an existing or modified (if needed) prototype to address the p erformance objectives. (c) Integration of a prototype into a selected GFE military ground vehicle or manned/unmanned platform to assess performance. (d) Production of one or more refined prototypes for final testing. Contractors who desire to participate in this market survey are encouraged to submit a white paper outlining the IED detection approach and related information. White papers should discuss a specific existing prototype design and its principles of operation, identify the types of IEDs that the technology can defeat, discuss available experiment or test evidence supporting a TRL 5 or greater m aturity level, and provide experiment or test references. White papers should also discuss related corporate experience and include points of contact. White papers should be limited to five (5) pages. This is NOT a request for proposals. The contractor sha ll be responsible for any costs associated with preparing responses. All responses shall be prepared in MS Word and submitted electronically to the Contracting Officer, Peggy Melanson, at peggy.melanson@cacw.army.mil by COB 18 January 2006. All request for further information must be made in writing via email to either the Contracting Officer or Contract Specialist, Carrodena Johnson (carrode na.johnson@cacw.army.mil); telephone requests will not be honored. While it is the intent to only receive unclassified responses, given the nature of the information that could be provided in response to this market research, it is recognized that submittal of classified white papers may be necessary to accurately convey the requested information. In this instance, the offeror shall first notify the Contracting Officer of their intent to submit a classified white paper. The offeror will submit a redacted white paper, which accurately represents page count of the unabridged white paper submitted electronically to the IBOP. The complete white paper (3 hard copies and 1 CD), including the inserted classified portions, will be mailed to NVESD at the following address: CERDEC-NVESD, Attn: Security Office, 10221 Burbeck Road, For t Belvoir, Virginia 22060-5806. No other copies of the complete white paper shall be submitted to any other address.
:
US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
:
US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
22331-0700
:
Carrodena Johnson, (703) 325-8677

US Army C-E LCMC, Acquisition Center - Washington