Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2004 FBO #0881
SOURCES SOUGHT

A -- Request for Information (RFI) for Automated Sensor Management and Data Fusion Technology

Notice Date
4/23/2004
 
Notice Type
Sources Sought
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-04-I2WD-005
 
Response Due
5/22/2004
 
Archive Date
7/21/2004
 
Point of Contact
Jane Calicari, (732)427-7077
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07
(jane.calicari@mail1.monmouth.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: This is a pre-solicitation REQUEST FOR INFORMATION (RFI). I2WD is currently conducting market research only. No award is intended as a result of this synopsis nor does the Government intend to pay for information received. I2WD is in terested in receiving information on technology and products in development and/or off-the-shelf that can support a multi-sensor Mission Management (MM) Module, which will be used for the Eye-In-the-Sky (EIS) Science and Technology Objective (STO). The MM module will perform sensor management and data fusion for multiple sensors aboard a common airborne platform. This will include automated data correlation and target-tracking, as well as automated payload management for tasking and cross-cueing of sensors. The MM module will interface to existing sensors, an onboard aircraft GPS and inertial system, and communications link to a ground station. The MM Module must be compatible with current and future military sensors as well as allow connectivity t o future DCGS-A, FCS, 10.2 and other Joint mission ground station/architectures. This implies reliance on an open, service based architecture. The specific sensors used for the payload will be dependent on specific mission requirements. The products shou ld perform the following tasks. The first task is to implement Level 1 Fusion onboard the aircraft for automated data correlation and target tracking using single or multi-INT sensors. The second task is to automatically recognize target behaviors and classify potential targets. The thir d task is to develop a limited Level 4 Fusion capability for automated sensor cross-cueing based on the outputs of Tasks 1 and 2. The fourth task is to automatically manage the onboard sensors based on the output of Task 3, as well as communicate with the operator on the ground. The first task will start with the reception of raw data streams provided by the sensors such as GMTI, SAR, EO/IR, Hyperspectral, LIDAR, SIGINT, etc. The software must validate all sensor data utilized by EIS. Data must be checked and verified that it is appropriate for processing. Potential targets within an image must recognized and isolated for processing. Single and Multi-Int Trackers and Correlators will then process the data. GMTI reports must be tracked and reports from both similar and dissimilar sensors must be temporally and spatially correlated. For the second task, sensor reports and tracks must be automatically recognized for behaviors and classification. The software would use pre-mission rules defined by the Commanders Information Requests. The third task will take the findings from Tasks 1 and 2 to determine the best way to enhance this data by cross-cueing other available onboard sensors. This determination will be based on the capabilities of the current sensor packages and the results of target behavior processing. Using this data, sensor cueing recommendation will be generated. Finally, the fourth task will take these recommendations and prioritize them based on the platforms current and future position. Sensor taskings will be executed based on this prioritization schedule. Ability to communicate with the control features of all on-board sensor is essential. In addition, communication with the ground control station (DCGS-A, etc.) via a standardized communications link is also necessary. Once the all requested data is gathered, a report will be sent to the ground station. If the analyst on the ground requires the pedigree data, or additional data, the MM module should support a request from the ground station. Additionally, the MM module should support operator requests for sensor tasking or re-tasking. A multi-INT sensor management system with automated data correlation, target-tracking, and cross-cueing can enhance battlespace knowledge while reducing the Intelligence Analysts workload. Responses to this RFI should be no more than 10 single sided pages per product , whether in development or off-the-shelf. The responses should describe the technology, existing or projected performance capabilities, availability of any prototype, and a preliminary schedule for any prototype. The response should also include a rough order of magnitude (ROM) cost estimate for development of products or cost of off-the-shelf product. Responses are to be received within 20 calendar days of the date of this notice. All information must be in writing or via email, telephone requests for additional information will not be honored. You may forward responses to US Army, RDECOM, CERDEC, I2WD, Bldg. 600, Fort Monmouth, NJ, 07703, ATTN: AMSRD-CER-IW-BA (Mr. Fedorow)or the following e-mail address: Vincent.Fedorow@us.army.mil. Acknowledgement o f receipt will be issued. If you choose to submit proprietary information, mark it accordingly. Classified information will be accepted by mail only, but please mark it accordingly and send it via proper channels. Classified information can be sent to US Army, RDECOM, CERDEC, I2WD, Bldg. 600, Fort Monmouth, NJ, 07703, ATTN: Security Office. The inner wrapping shall be addressed to: ATTN: AMSRD-CER-IW-BA (Mr. Fedorow)
 
Place of Performance
Address: US Army RDECOM, CERDEC, I2W Directorate ATTN: AMSRD-CER-IW-BA, Building 600 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00571962-W 20040425/040423212256 (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.