Skip to main content

An official website of the United States government

You have 2 new alerts

58--RFI for Airborne Stand-Off Chemical Sensor

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Oct 18, 2024 11:32 am EDT
  • Original Response Date: Oct 28, 2024 04:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 18, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:

Description

The US Environmental Protection Agency is requesting information for the following Airborne Stand-Off Chemical Sensor Equipment:

The chemical sensing requirements for EPA’s aerial emergency response asset are unique and specific. The technology needs to be capable of identifying and quantifying chemical warfare agents (CWAs) and toxic industrial chemicals (TICs) at limits of detection in the range of environmental and human health impact levels (AEGL 1 concentrations). The chemical identification, concentration estimates, and geolocation data must be processed and transmitted to users on the ground in near real-time (<5 minutes) to create a map of the plume for situational awareness. Infrared imaging capabilities are also a must. The chemical analysis must be automated and not require any additional human-in-the-loop processes. The chemical quantification also must provide a resolution of 1 m2 and be able to characterize a plume located between ground surface and 5,000 ft above ground elevation.

The system also must be robust and have reliable operations and maintenance support from the manufacturer to ensure the longevity and reliability of the program. The system should include both an FTIR and a hyperspectral imaging system in the infrared spectrum. It must be designed to work from an aerial platform, which requires a very sensitive detection system and advanced processing methods to differentiate the infrared spectrum of gas clouds from the terrestrial background. The system must be able to be mounted on an aerial platform and should include a stabilization and/or vibration dampening capability. It is essential that the system has undergone multiple field tests of gas detection in an aerial platform showing that it can meet the above requirements. The chosen system will be fielded as an emergency response asset, and as such a high priority will be placed on commercial off the shelf systems that have an established user community and a high technology readiness level.

Contact Information

Contracting Office Address

  • 1200 PENNSYLVANIA AVENUE, N. W.
  • WASHINGTON , DC 20460
  • USA

Primary Point of Contact

Secondary Point of Contact





History