Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOURCES SOUGHT

58 -- MARKET SURVEY OF COUNTER RADIO CONTROLLED IMPROVISED EXPLOSIVE DEVICE ELECTRONIC WARFARE (CREW) SYSTEMS FOR COALITION AND PARTNER NATIONS

Notice Date
9/11/2007
 
Notice Type
Sources Sought
 
Contracting Office
N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002407R4226
 
Response Due
9/28/2007
 
Archive Date
10/28/2007
 
Description
MARKET SURVEY OF COUNTER RADIO CONTROLLED IMPROVISED EXPLOSIVE DEVICE ELECTRONIC WARFARE (CREW) SYSTEMS FOR COALITION AND PARTNER NATIONS BACKGROUND. In support of Operation Iraqi Freedom (OIF) and Operation Enduring Freedom (OEF), the Department of Defense, as part of the overall Naval Sea Systems Command PMS-408 strategy for International CREW, needs to identify Counter Radio Controlled Improvised Explosive Device Electronic Warfare (CREW) systems that are capable of saving the lives of our Coalition and Partner Nation soldiers who are exposed to Radio Controlled Improvised Explosive Devices (RCIED) threats when performing their duties. This announcement invites industry to submit system information packages that address the questions outlined below and to possibly participate in a CREW system demonstration. The purpose of this request for information (RFI) is to identify technically mature Vehicle Mounted CREW systems that could potentially satisfy the performance and suitability CREW system requirements of Coalition and Partner Nation military forces. No specific acquisition requirement exists at this time. This R FI is for market survey/research only. OPERATIONAL SCENARIOS. It is expected that potential systems will be an electronic unit(s) that are designed to emit a programmable radio frequency (RF) signal with the purpose of defeating/jamming a RCIED threat. These CREW systems must be effective against a variety of known specific RCIED threats as well as potentially effective against future undefined RCIED threats. Thus, there is an interest in products that have a high level of programmability (threat-specific software algorithms). This market survey is intended to specifically investigate Vehicle Mounted CREW systems. DEMONSTRATION AND TESTING. After the close of the RFI, respondents may be invited to bring a single full-up production representative system and provide on-site subject matter expert(s) for technical support for a system capabilities demonstration. This demonstration will be at the vendor?s cost and at no cost to the Government. More specifics regarding the demonstration will be provided with the invitation. Demonstration participants will be randomly assigned test dates. Each participant will be provided a demonstration packet that shall include: ? Timing Protocols ? Waveforms ? Demonstration Procedures and Criteria Each participant shall be required to demonstrate all timing protocols and waveforms provided in the packet. Each participant shall be required to demonstrate one or more additional timing protocols and/or waveforms that will be provided on the day of the demonstration. GENERAL TECHNICAL REQUIREMENTS. The proposed systems shall meet these general, unclassified system requirements. The system: 1. Shall be capable of implementing an arbitrary timing protocol which can synchronize to GPS timing pulses. 2. Shall comply with DOD Instruction 6055.11, Protection of DoD Personnel from exposure to Radio Frequency and Military Lasers. 3. Shall comply with HERO, HERP, and HERF requirements of MIL-STD-464. 4. Shall operate at 12/24 VDC and at no more than 130/65A. 5. Shall include all antenna(s), cables/wires, power conversion/conditioning (as necessary), and mounting components necessary for operation. RESPONSES. Responses to this RFI must be in the form of an electronic information package on the proposed system. The information package must be in Adobe Acrobat or Microsoft Word format. Responses shall be given in the order of the questions listed below. All questions shall be answered. The response shall be formatted as follows: ? The questions and answers shall be typed single spaced in 12 point black Times New Roman font. ? The questions shall be bolded and followed by a single blank line before giving the answer. ? Each answer shall not be bolded and shall be followed by a double space before the next question is listed. ? The entire response package shall not exceed 45 typed pages not including spectrum plots, antenna plots, photographs, images, and drawings. Respondents may be invited to provide an operational production representative system with technical support to a Government test site for demonstration. The response shall include a point of contact for technical and contractual issues to include name, position, telephone number, email, nationality, and US Government security clearance level. Respondents should notify the Government POC named in this RFI by 4:00 PM on the closure date of this RFI in order to be included in the market survey. Any responses received after the closing date of this RFI may not be considered by the Government. Any respondents to this RFI may be contacted in the future for further information or additional demonstration. Failure to respond to this RFI will result in no further requests for information or demonstration. The Government will interpret all responses as pertaining to the system baseline/version which may be invited for demonstration. If the responses apply to a different or ear lier system baseline/version, all differences shall be clearly identified in the answer. Responses shall address how the systems compare with the General Technical Requirements above in a tactical/field representative environment and answer the following questions: 1. Describe how the system timing is synchronized with GPS 1PPS signal. Describe how the system performs after loss of the GPS 1PPS signal. Characterize the system timing drift after loss of the GPS 1PPS signal. 2. What frequencies are covered and what is the power output in each of the frequency bands? Provide spectrum vs. power plots (up to 10 GHz) in a field representative environment for each amplifier and output circuit in the system. Provide antenna azimuth and elevation patterns for all transmit and receive antennas in a field representative environment. Provide frequency response curves for all transmit and receive antennas in a field representative environment. Describe in detail the test environment used to produce these plots, patterns, and curves and its level of approximation to a field environment. 3. Is the system active, reactive, or hybrid? Describe. Include discussion of the frequency coverage for each type. 4. How does the system deal with multiple simultaneous threats in each frequency band and across one or more frequency bands? What is the expected maximum number of threats which can be simultaneously jammed in each band? 5. What methods of modulation, sweep, or other transmission characteristics are possible within the system? 6. What measures have been taken to ensure electromagnetic compatibility (EMC) such that the system does not prevent the operation of voice or data radios or navigation equipment or any other equipment within the vehicle? Describe how these methods (if any) satisfy EMI/EMC requirements (MIL-STD-461/1275). Describe any input or output filtering used in the system. 7. What is the current Department of Defense Technology Readiness Level (TRL) of the system as defined in the most recent version of the Defense Acquisition Guidebook Section 10.5.2. 8. Describe how the system is programmable in the field by a designated and trained end user. ? How are new waveform profiles loaded in the field? ? Will the system support external reprogramming by a Windows based secondary data transfer device? Describe. ? How long does the system take to program/load? ? Describe equipment necessary for reprogramming. 9. Describe how the system firmware is programmed/reprogrammed/updated. Specifically address what software and hardware tools are required and any associated usage/licensing restrictions. 10. What are the dimensions, volume, and gross weight of the system units, antennas, and sub-components of a fielded system? How many antennas and sub-components attach to the system when fielded? Provide photographs, images, and drawings of all major system components as fielded. 11. Describe all of the multiple installation/mounting configurations available for the system, including installation/mounting options for commercial and military vehicles. Provide photographs, images, and drawings of the installation/mounting configurations. 12. Does the system provide a reserve or expansion capability in any of the following areas: power consumption, cooling, and available volume for expansion? Describe. 13. How does the system provide status indication to user? What types of information and status are provided to the user? ? How can indications be suppressed for silent/stealthy operations? Describe method(s) used for suppression. ? Under what light and visibility conditions are the indications discernable? Describe how indications are discernable under these conditions. How can indications be understood under nightvision conditions? ? What form of remote control does the system provide to the vehicle driver and/or passengers? What indications does the remote control display? 14. What is the estimated end-user training time for basic operation and maintenance at the organizational, intermediate, and depot levels? 15. What form of Built in Test (BIT) function is included to indicate system faults? Describe any user-initiated BIT, automatic BIT, power-on BIT, and continuous BIT implemented in the system. What indications does this BIT provide? To what level within system (component, sub-component, etc.) does the BIT test? 16. Describe the states, modes, and transitions of the system. How quickly does the system become operational when powering-on from a cold start? How quickly does the system become operational from the stand-by state? How quickly does the system become operational from a restart/warm start? 17. Describe the system capability to erase (user-initiated zeroize) operating system code(s) and system programmable functions. What method(s) for zeroize are used? Describe how the methods are in accordance with IA Publication 5239-26? How long does it take for the operator to initiate the zeroize process? How long must the user actively participate in the initiation process? Describe the end-user initiation process. Once initiated, will the zeroize function run without operator intervention? How long does the zeroize function take to complete once initiated? Have appropriate safeguards been implemented to prevent inadvertent actuation of the erase function? Describe these safeguards. Does the system have the capability to zeroize without the use of the primary power source? Describe how. What specific information is zeroized? 18. Describe the anti-tamper (AT) approach used to minimize the risk of exploitation of captured systems. 19. What is the average estimated time required (per day/per week) for preventive maintenance? Are there any specialized skills or tools required to perform this preventative maintenance? Describe. 20. What is the Mean Time Between Failures (MTBF) of the system? Provide method of determining MTBF. 21. What is the Operational Reliability of the system? Provide method of determining Operational Reliability. 22. What is the Operational Availability of the system? Provide method of determining Operational Availability. 23. What is the Mean Time to Repair (MTTR) of the system? Provide method of determining MTTR. 24. What are the operational and non-operational temperature ranges of the system and critical components? Describe the degradation profile of the system/components at the upper and lower temperature limits. Specify the limiting temperature limiting components and their upper and lower temperature limits. 25. Provide test results for your system?s environmental testing performed in accordance with the following MIL-STD-810F test methods: Vibration (514.5), Shock (516.5), High Temperature (Storage and Operating) to 65 C (501.4), Low Temperature (Storage and Operating) (502.4), Temperature Shock (503.4), Low Pressure (500.4), Immersion (512.4), Rain (506.4), Ice/Freezing Rain (521.2), Solar Radiation (505.4), Fungus (508.5), Sand and Dust (510.4), Salt Fog (509.4), and Humidity (507.4). Test results should cite the facilities used to perform the environmental testing and whether they are DoD certified to conduct MIL-STD-810F testing. Describe in detail any other environmental testing conducted and the results. 26. How many and what type of transit/storage/shipping cases are provided for the equipment? What are the weight and dimensions of any transit/storage/shipping containers? Describe how the shipping containers conform to the requirements of AR 700-15 and MIL-STD-2073 for Level A, Long Life Reusable containers. Will system hardware and container(s) allow for shipment by air, water, rail, or road transport, either Government/Military or Commercial? Describe. 27. What is the estimated lead time for a system demonstration at a Government site? 28. What is the estimated lead time (ARO) and cost per unit for one (1), three (3), and five (5) production representative systems? If the systems are not production representative, describe any differences. How long are the prices valid? 29. What is the estimated per unit cost and estimated delivery schedule for production of 500, 1000 or 5000 systems? What is your monthly production capacity? What is the cold start production time? Are the systems currently in production? How long are the prices valid? 30. Describe any proprietary or other data rights restrictions on the hardware or software provided with the system that would limit use and availability to any end user in accordance with DFARS 252.227-7017 format. 31. What primary subcontractors, sub-vendors, and partner companies participate in the design and production of the system? Describe any data-exchange agreements with any of these companies. What is the national ownership(s) of these companies? Describe the level of cooperation/partnership. Do you have an export license? If so, provide evidence. If not, describe plans to obtain an export license. 32. Do you have an active US Government security clearance at least to the SECRET REL//USA, GBR, AUS, CAN level? Provide evidence of this clearance. 33. Provide any other pertinent information which the Government should be aware of as part of this market survey. SUMMARY. This survey will be managed by the Naval Sea Systems Command, and conducted by the Naval Surface Warfare Center Dahlgren Division in partnership with the Joint IED Defeat Organization (JIEDDO). The results of this evaluation (and upon request vendor-submitted material) will be provided to U.S. Government agencies as required or necessary. Electronic responses in Adobe Acrobat or Microsoft Word format should be sent to Michaella.Harmon@navy.mil. Submission of a survey response will be considered as consent to NAVSEA?s permitting access to any information, irrespective of restrictive markings or the nature of the information submitted, for the limited purpose of evaluating the submission as part of the market survey. The Government may elect to conduct one-on-one discussions with Industry based on its analysis of the RFI responses, the quality of submission, and the level and specification of the information provided. Please note the Government is under no obligation to c onduct these sessions. The information provided in response to this RFI will be used to support urgent, on-going, initiatives within DoD to analyze emerging requirements for Coalition and Partner Nation CREW systems and may ultimately result in the Government developing and issuing a RFP for respondents. The above information is provided for information only and is not a Request for Proposal or announcement of a solicitation. This Request for Information does not constitute an invitation for bid or Request for Proposal, and is not to be construed as a commitment by the Government to issue a contract or order. The Government will not pay for any effort expended or any material provided in response to this announcement nor will the government return any data provided.
 
Record
SN01402946-W 20070913/070911222252 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.