The RFP Database
New business relationships start here

LightGuard Mercury Integration for SSBDS


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Sources Sought Announcement (Market Survey)
W15QKN-15-X-8057
15 Days

The U.S. Army Contracting Command - New Jersey (ACC-NJ) on behalf of the U.S. Army Product Manager Counter Explosive Hazards (PdM CEH) is conducting a Market Survey to identify potential sources for the re-design and development of the LightGuard Mercury (LGHg) system for integration into the Standoff Suicide Bomber Detection System (SSBDS). The LGHg is currently operated as a vehicle mounted explosive detection sensor system that provides standoff detection of explosive and chemical residue on surfaces, including people and vehicles. The current configuration of SSBDS, where LGHg would be integrated, is a system of systems that uses a variety of technologies to detect PBIEDs at standoff distances within Entry Control Points (ECPs). Integration of the LGHg to SSBDS will provide added explosive detection capability to the warfighter.

The Government requires the modification of the LGHg software and hardware to allow for interface with SSBDS. Modifications required include but are not limited to the following:

Software:
- Update current LGHg software to adapt detection capability to SSBDS-specific CONOP
- Update current LGHg software to allow for communication to/from SSBDS platform (XML based communication via Ethernet)

Hardware:
- Modify LGHg subcomponents to be compatible with SSBDS physical and electrical interface
- Modify LGHg subcomponents to be configured in a dismounted configuration


Interested sources shall provide detailed information regarding their capability associated with modifying the current LGHg system to achieve successful integration onto the SSBDS platform.

The North American Industry Classification (NAICS) Code for the LGHg System is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals.

All responses should be prepared in MS Word or PDF format, limited to ten (10) pages (test results may be included as attachments). Responses should also include a cover letter (not included in the page count), and, at a minimum, address the following:

1. Provide sufficient information to support the company's claim that it presently has the capability, technology, qualifications, personnel, and capabilities to conduct the necessary Research & Development and tasks related to the LGHg - SSBDS integration requirement. The response shall indicate how the interested party(ies) have achieved a level of technical maturity such that they are capable of meeting the above requirements and successfully performing the system.

2. Provide a description of facilities/equipment, manufacturing processes, inspection capability, personnel, past experience, Research & Development capabilities, quality control process, and current production capabilities.

3. Provide a potential sustainable delivery schedule to implement the modification to the LGHg systems for SSBDS integration.

4. Provide sufficient information to support the company's ability to provide quote mark Reach-back support quote mark as a troubleshooting method under this effort.

5. Provide a point of contact for your Company which will include: the corporate point of contact's name, address, website (if available), phone number, and email address. Companies are to state their NAICS Code, Cage Code and Duns Number.

6. Provide the respondents business size as it applies to NAICS code 334515 and any socio-economic considerations.

7. Provide history of similar services that your company has provided to other government agencies or other non-government customers. If applicable, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially (outside the federal Government.). If you elect to identify your past and current customers to which you provided similar products, include the customers/company name and point of contact, phone number and address/e-mail where they can be contacted.

8. Respondents should identify any subcontractors that would be utilized in the Research & Development or any production required of the LGHg - SSBDS integration effort. Identify the approximate delivery of each item after award.

This market survey is for information and planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of the market survey. The Government is not obligated to notify respondents of the results of this survey. Any documentation provided will not be returned. The information provided will only be used in developing an acquisition approach for future support by the U.S. Government.

Interested sources should submit their qualification data and requested information no later than 1700 hrs. EST on 9 April 2015 by email to Rebecca L. Markell at rebecca.l.markell.civ@mail.mil. Email submittals must be restricted to a maximum file size of 8MB and should be in MS Word or PDF format. In the event that the email submission is larger than 8MB, separate into multiple emails.

Interested sources may also submit their response to US Army Contracting Command, Picatinny Arsenal, New Jersey, ATTN Rebecca L. Markell, Building 10, Picatinny Arsenal, New Jersey 07806-5000. Telephone responses will not be accepted.



Rebecca Markell, 973-724-3181

ACC - New Jersey

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP