Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOURCES SOUGHT

58 -- MAN-PACKABLE ELECTRONIC ATTACK SYSTEMS

Notice Date
9/17/2007
 
Notice Type
Sources Sought
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016407R6616
 
Response Due
10/29/2007
 
Description
SOURCES SOUGHT ANNOUNCEMENT FOR MAN-PACKABLE ELECTRONIC ATTACK SYSTEMS-FSC 5865?N00164-07-R-6616- NAICS 334511 Issue Date 17 Sept 2007-Closing Date 29 OCT 2007 This synopsis is being posted to the Federal Business Opportunities(FBO)website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.crane.navy.mil/acquisition/synopcom.htm. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division,Acquisition webpage serve as alternatives if the FBO website is unavailable. MARKET SURVEY - SOURCES SOUGHT SYNOPSIS:The Government is issuing this sources-sought announcement as part of a market survey for man-packable electronic attack systems. All interested sources are encouraged to submit company and product literature, references and any other pertinent information for the Government?s consideration. Product information should include system size,weight, frequency range, tuning accuracy, tuning speed,tuning resolution, instantaneous transmit bandwidth,number of simultaneous output channels,output power levels,target set,attack methods,field programmability/upgradeability, operational and storage temperatures,power requirements in standby and transmitting modes,setup time,tear down time, active capabilities,reactive capabilities,and setup/configuration (i.e. GUI on laptop).Information should also include full system descriptions and maturity information.Potential candidates may range from prototypes to existing off the shelf solutions.Potential Electronic Attack candidate systems should be capable of the following general characteristics. 1)Weight?The threshold requirement for maximum system weight is 39.6 pounds. The objective requirement is less than 26.45 pounds.Where applicable, the threshold requirement for maximum weight of an individual component is 13.2 pounds wit h an objective of less than 8.8 pounds. 2)Effective Attack Range ? The minimum attack range is one km (0.6219 miles). 3)Effectiveness ? The system shall disrupt the enemy signal with 75% confidence. 4) ? Operation ? As an objective, the EA system shall be capable of operations in an unattended attack mode for up to 10 minutes per hour, for a maximum period of six hours. 5) Power ? The system shall run on standard AC power, military vehicle power and military batteries. 6)Frequency Range and threat types - As an objective the system shall be capable of attacking any current or future threat from DC to 6 GHz. As a threshold, the system may attack specific threats or a subset of threats any where in the spectrum. 7)Environmental ? The system shall meet MIL-STD-810F specifications for deployment and use by foot soldiers and ground personnel and deployment and use on land vehicles (wheeled and tracked). As an objective, the system shall also be capable of withstanding shock ca used by landing at a rate of 4.9 meters per second. 8)Security ? The s ystem shall be capable of declassification by removing the hard drive or other removable media. Firms having access to demonstrated research and prototyping capabilities in this area are invited to submit literature, not exceeding ten pages of text, which describes the general approach, previous related work, and an estimate of overall costs (rough order of magnitude) in the form of a White Paper. Interested organizations should respond by providing the Government the following information; point of contact, address, telephone and fax numbers, email address, duns number,cage code and or tax ID number, as well as size category (large, small, small disadvantaged, etc) a brief summary of the company's capabilities, description of facilities,personnel, related manufacturing experience, and existing safety approvals. Also provide any supporting information such as commercial literature, catalogues, manuals, etc. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must meet these criteria. If a capability is determined to be suitable, a small quantity of prototype units may be procured for testing to evaluate the suitability of the candidate for the Government?s needs.At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement to: Ms. Diane Rhein, Code 0564ED, Bldg 41, NAVSURFWARCENDIV, Crane, IN 47522, telephone (812) 854-2938 or e-mail at: DIANE.RHEIN@NAVY.MIL. Technical questions regarding this announcement may be directed to Mr. Nathan Thomas, Code 6062, Bldg 3395, NAVSURFWARCENDIV, Crane, IN 47522, telephone (812) 854-4471 or e-mail at: NATHAN.L.THOMAS@NAVY.MIL.Classified questions or information may be emailed to NATHAN.THOMAS@CRANE.NAVY.SMIL.MIL or THOMASN@QDECK.NMCI.IC.GOV via the appropriate channels.
 
Web Link
NSWC CRANE WEBPAGE
(http://www.crane.navy.mil/acquisition/synopcom.htm)
 
Record
SN01409805-W 20070919/070917221738 (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.