Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2008 FBO #2427
SOURCES SOUGHT

58 -- Sources Sought for a (VIP) IED Jamming System.

Notice Date
7/17/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-I2VJ-0808
 
Response Due
8/15/2008
 
Archive Date
10/14/2008
 
Point of Contact
cmocik, 732-427-7097
 
Small Business Set-Aside
N/A
 
Description
2. Description The U.S. Army CERDEC is issuing a Request for Information (RFI) on a Commercial Off-the-Shelf (COTS) Non-Developmental Item (NDI) Very Important Person (VIP) Jamming System. The U.S. Army CERDEC (known as the USG (US Government) from here on) is looking for price and availability for a hardware solution to the requirements described in this document. This document contains general requirements. For more specific technical requirements, please contact the Point of Contact indicated in the last page. 3. Introduction This document describes the capabilities required by the USG for a VIP Jamming System. This requirement will fall under the Foreign Military Sales (FMS) program. The information herein shall serve as baseline for the systems capabilities, configuration and specification. The proposed systems shall include all efforts for installation, system integration, system testing, system operation, maintenance, logistic support, and training in country. If the requirements described below are unachievable or a cost driver, suitable alternatives shall be proposed. 4. Requirements a. The system required shall have the capability to defeat multiple radio frequency triggers operating in the 20 MHz-2500 MHz range for improvised explosive devices. Specific types of devices and technologies to be defeated will be provided on separate cover to the requester. b. The system shall be vehicular mounted on a large, civilian, and preferably American made, 4x4, sport utility vehicle such as a Suburban. c. The system shall have a minimum of 100 watts effective radiated power to a range of no less than 100 meters, have programmable power between bands, and have multiple modes of jamming. d. The system shall have the capability to operate off vehicle battery (12/24 V) power and commercial 110/220V AC power. e. The system shall have an operator workstation built inside the vehicle but also be capable of operating remotely. f. The system shall have a backup power system in case of vehicle power failure or unavailability of commercial power. g. The system shall have the capability to be programmable so the operator can exclude friendly channels from being jammed by the system. h. The system shall have any antennas encased in a civilian rooftop luggage carrier to conceal its identity while in operation. i. The system shall require little or no development to produce. Commercial-off-the-shelf equipment is preferred. j. The contractors shall provide operator and maintainers training in the requesting country. k. The contractor shall hold a Factory Acceptance Test (FAT) in the US and a Field Acceptance test (FIAT) in the requesting country. The FIAT shall be conducted as part of the fielding and before the training. l. The contractor shall provide an initial set of spares. m. The contractor shall provide 1 year of warranty commencing after the FIAT. n. The responder shall provide details as to their ability to deliver this system, what the cost would be, and an approximate delivery time after purchase request. 5. Responses can be of any format. Supplemental materials, such as brochures, white papers, briefings, specification sheets, lab and field test results, cost and schedule information, export licenses, etc. are welcome. If you choose to submit proprietary information, mark it accordingly. Classified information will be accepted, but mark it accordingly and send it via proper channels. 6. Original Point of Contact. Interested parties may submit information to Director, US Army CERDEC I2WD, ATTN: AMSRD-CER-IW-SQ, Fort Monmouth, NJ 07703-5000. Inquires may be directed to Chad Mocik, (732) 427-7097, E-mail address: chad.mocik@us.army.mil or Toni Quiroz, (732) 427-3243, toni.quiroz@us.army.mil. Initial responses are requested by August 15, 2008. 7. This request for information (RFI) does not constitute a commitment on the part of the USG to purchase systems or services. The USG will not pay for any information received in response to this RFI. The USG will not release any information marked with a proprietary legend received in response to this RFI, to any firms, agencies or individuals outside the USG without written permission in accordance with the legend. 8. Place of Performance. Specific events shall be conducted as indicated above. The USG agency is located at US Army Research Development and Engineering Command (RDECOM), Communications-Electronics Research, Development and Engineering Center (CERDEC), Intelligence and Information Warfare Directorate (I2WD), ATTN: AMSRD-CER-IW-SQ, Building 600, Fort Monmouth, NJ USA 07703
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fed2afddf5a7bca69a0c1c606cfe80e1&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN01616626-W 20080719/080717221159-fed2afddf5a7bca69a0c1c606cfe80e1 (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.