Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2007 FBO #2182
SOLICITATION NOTICE

99 -- PORTABLE CSAR INTERROGATOR UNIT

Notice Date
11/15/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
15 Eglin Street Bldg 1607 Hanscom AFB, MA
 
ZIP Code
00000
 
Solicitation Number
R1718
 
Point of Contact
Stephen Martenz stephen.martenz@hanscom.af.mil
 
E-Mail Address
Email your questions to E-mail the POC
(stephen.martenz@hanscom.af.mil)
 
Description
1. The Electronic Systems Center (ESC) 753d Electronic Systems Group (ELSG) manages the follow-on development, production and sustainment of the Joint Service Combat Survivor Evader Locator (CSEL) System. This is a dedicated survival communication system that provides Over-the-Horizon secure two-way data transmission and Line-of-Sight (LOS) non secure voice. The 753 ELSG is currently expanding this to include secure text data transmission between the survivor and the rescue force. 2. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication the USAF or ESC will contract for the items contained in the RFI. ESC will not pay respondents for information provided in response to this RFI. 3. This Pre-solicitation Notice is part of a Government market research effort to determine industry capabilities to develop, test, and produce a hand held interrogator unit that can be used by rescue forces on the ground and in the air. Development is expected to begin in mid FY08 and extend at least through FY09, with an expectation of approximately 20 interrogator prototype units. Subsequently, the Government has a requirement to procure up to 200 interrogator units and will likely add follow-on procurement options. The hand held interrogator unit at minimum shall meet the following listed requirements: (a) The interrogator shall communicate with the AN/PRQ-7 CSEL Hand Held Radio and the PRC-112G CSAR Transceiver (referred to as the CSEL HHR and PRC-112 respectively throughout this document). (b) Rescue forces using an interrogator shall be able to send both pre-formatted and free text messages to the isolated personnel (IPs). The required capacity for two-way secure LOS data communications is 25 IPs, with storage for up to 25 pre-formatted interrogation statements, and up to 200 received or transmitted messages. (c) The interrogator shall be highly reliable and include a Built-in-Test (BIT) capability to quickly ascertain proper operation. (d) The interrogator shall incorporate the appropriate security schema applicable to the PRC-112 (Commercial Encryption) and to the CSEL HHR (NSA tested and approved encryption). (e) For airborne operations, the contractor shall propose a means to secure the interrogator to the pilot's leg for both in-flight use and during ejection. The interrogator design will allow for operations with the various UHF/Inter-communication systems (ICS) that exist on Service aircraft that support the Personnel Recovery On-Scene Commander (PR OSC) and rescue vehicle function. The interrogator must allow the normally used headset to simultaneously connect to the same communications port (connector) and share the selected radio for LOS audio voice or interrogator LOS data communications. The interrogator must be capable of being connected quickly to the aircrew ICS communication cords and must not injure or hinder the aircrew, or hinder the operation of the ejection seat during normal or emergency operation; the design needs to meet current standards for certification as safe to fly. (f) The interrogator size and volume should not exceed 32 oz and 38 cubic inches with its self-contained power source, not including its cable assembly. The objective length is under 7.5in, max width of 3.6in at the display, and max thickness of 2.5in at the display. (g) For daylight operation, the interrogator shall be viewable in direct sunlight conditions. For night operations the interrogator shall be viewable with and without Night Vision Goggles (NVGs). (h) The interrogator will not draw power from the aircraft electrical system, and as such, a battery life of 8 hours is needed. (i) The environmental requirements include interior cockpit operations, and exterior blowing rain, salt water immersion, snow, ice, dust and mud. (j) The interrogator must incorporate a serial interface for upload and download of mission data, cryptographic key material and be capable of upgrading software. (k) The interrogator must have a two action zeroize capability that clears all mission data and cryptographic material stored in the interrogator. The interrogator will notify the user of zeroization at first action and upon confirmation (second action), display 'zeroized' after all data and keys are purged. (l) The interrogator will protect classified IP data received from a non-approved COMSEC device to the extent practical. Rescue force to rescue force two-way exchange of mission or IP data must be accomplished using the secure cryptographic architecture approved by NSA. (m) The interrogator must be electromagnetically compatible within itself and with other systems in the operational environment. It shall not be operationally degraded or fail due to exposure to electromagnetic environmental effects, such as electromagnetic and radio frequency interference. 4. Please provide formal responses to the tasks listed below. Address your capabilities to accomplish the tasks and provide highlights of successful past experience on similar government contracts within the past 5 years. (a) Describe your capability to develop and manufacture an interrogator that meets the listed requirements described in Paragraph 3. (b) Describe your intended strategy to obtain the CSEL and PRC-112 specific waveform data, documentation, and general purpose rights to facilitate the development, production, and fielding of an interrogator that communicates with the CSEL HHR and PRC-112. Assume that the CSEL waveform will be provided in a draft CSEL Waveform Specification. The draft CSEL Waveform Description Specification document will be available to respondents upon request. For reference, waveforms are described per the attached document, "Interrogator Waveform Description". (c) Describe your intended testing strategy for the interrogator to include Joint safety of flight certification, flight qualification, and environmental testing. (d) Describe your capability to develop and conduct interrogator operator and maintenance training course. Training may be conducted at both CONUS and OCONUS sites. (e) The procured interrogator units will include at least a 1 year warranty and an option for Interim Contractor Support for repair and spares. Describe your experience implementing this type of logistics. (f) What is your estimated ramp-up time from contract award to first article test? 5. Firms will provide their qualifications package electronically via e-mail to Mr. Jeffrey Wong by e-mail at Jeffrey.Wong@hanscom.af.mil with a copy to Captain Stephen Martenz at Stephen.Martenz@hanscom.af.mil. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) database in order to receive an award. If you are not registered in the CCR database you may request an application at (888) 227-2423 or through the CCR website http://www.ccr.gov. The reference "and hold current GSA schedule contracts that offer services and supplies to meet the government requirements" is no longer applicable. Responses are required no later than 1400 hours, Eastern Time, on 14 Dec 2007. Responses must also include the company name, address, size of business (i.e., large business, small business, small disadvantaged business, 8(a) concern, veteran-owned business, or HUB Zone small business), whether U.S. or foreign-owned entity, and a compan y point of contact. Please limit your qualification package to a maximum of 10 pages. (Format: 8.5 x 11 inch paper, compatible with Microsoft Word 2000/XP; Font Times Roman; 10pt, 1-inch margins.) Sources are also requested to identify any on-going Government contract vehicles they may have for the same or similar work (limit 1 page, which is included in the10 page total). Please include the name and number of the ongoing contract, contract scope, contract type, period of performance, contract deliverable, dollar thresholds and limitations, the issuing Government agency, and the name and telephone number of the Contracting Officer. The Government intends to evaluate each firms capability package submitted and will notify each source by e-mail not later than 11 Jan 2008 of our assessment of their potential competitiveness. Points of contact are Mr. Jeffrey Wong, Contract Specialist, (781) 377-7064, e-mail Jeffrey.wong@hanscom.af.mil and Captain Stephen Martenz, CSEL Depu ty Program Manager, (781) 377-0495, e-mail stephen.martenz@hanscom.af. mil. 6. An ESC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. In addition, AFFARS 5352.201-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The ESC Ombudsman is the ESC Director, Commander's Staff, and can be contacted at: ESC/DS Bldg 1606 9 Eglin Street Hanscom AFB, MA 01731 Telephone #: 781-377-5106 Facsimile #: 781-377-4659 E-Mail: ESC.Ombudsman@hanscom.af.mil
 
Web Link
PORTABLE CSAR INTERROGATOR UNIT on HERBB
(http://www.herbb.hanscom.af.mil/esc_opps.asp?rfp=R1718)
 
Record
SN01453042-W 20071117/071115224338 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.