Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOURCES SOUGHT

58 -- Satellite RF Interference Monitoring, Detection, Characterization, and Geolocation System Products

Notice Date
9/8/2008
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Strategic Command, U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-08-RFI01
 
Response Due
10/15/2008
 
Archive Date
12/14/2008
 
Point of Contact
George P Knowlton IV, 719-554-1967<br />
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) from U.S. Army Space and Missile Defense Command (SMDC) and Army Forces Strategic Command (ARSTRAT). SMDC ARSTRAT is seeking information on commercial products available for satellite RF interference monitoring, detection, characterization, and geolocation. Please provide a technical description of your companys product(s) to include current demonstrable features. Also discuss in detail inherent capabilities which enhance system accuracy, speed performance, and operator ease of use. Identify which features are included with the basic system capability as apposed to those features which may be optionally offered. In your response please address whether the following desired features and capabilities are currently supported: Geolocation Function. Geolocate sources of RF interference at commercial C- and Ku-bands using two-satellite TDOA/FDOA, two-satellite FDOA only, two-satellite TDOA only, and three-satellite TDOA only methods. In addition to its basic operation in these modes, describe any performance enhancing features that are available such as; correcting the satellite ephemeris errors prior to the sampling of the target emitter, applying newly obtained or corrected ephemerides to a previously collected sample of the target emitter, enhanced processing gain in excess of 80 dB, distinguishing between and selecting from multiple correlation peaks, predicting TDOA/FDOA accuracy relative to time of day, as well as managing the archival of geolocation database entries and raw sample data. Additionally discuss how your system is able to quickly and efficiently calculate and display both target and reference Cross Ambiguity Functions, as well as, be expandable to operate in the X-, Ka-, and UHF frequency bands. Interference Detection Function. Perform interference monitoring, detection, and characterization of RF signals in the C- and Ku- frequency bands with the ability to; operate simultaneously with the geolocation system, provide at least 85 MHz of instantaneous sampling bandwidth, quickly display, demodulate, and characterize narrowband carriers using resolution and video bandwidths of less than 30 Hz, display and characterize interference underneath digital carriers, and be expandable to operate in the X-, Ka-, and UHF frequency bands. Responses should clearly state terms and conditions of sale to include required end user licensing and/or applicable service agreements. Describe available options for training, maintenance, and contractor logistics support along with the specific terms and conditions associated with each. Indicate whether resulting support agreements allow for operations or maintenance by a third party. Rough Order of Magnitude (ROM) price estimates are requested for the basic system(s) capability, along with individually priced estimates associated with any of the optional capabilities described. Also provide delivery schedule information for the basic and optional capabilities offered. Please provide ROM estimates for each support option offered. Finally, indicate the provisions of any warranty offered as well as, the costs associated with extending such warranty. This is a Request for Information to identify sources interested in supplying the aforesaid commercial products. The following information is provided for planning purposes only and does not constitute a Request For Proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. All interested parties must submit thier responses, to include a capability statement that sufficiently describes their qualifications, capabilities, and previous experience related to fulfilling similar requirements via email to: george.knowlton@smdc-cs.army.mil 12:00 PM (Mountain Standard Time) on October 15, 2008. Capability responses and inquiries will only be accepted electronically by email at: george.knowlton@smdc-cs.army.mil. Pricing information should include all anticipated costs, with recurring, and non-recurring costs presented separately, to include shipping, warranty, optional items costs, etc. Capability responses sent to any other email address will not be accepted. The contractor must forward a point of contact (POC) along with the POCs email address, and phone number. This is a market survey for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. Proprietary information is not being solicited; however, if it is submitted, it should be appropriately marked.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a3b5de0f7925f192e4afea254963b2d4&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO<br />
Zip Code: 80914-4914<br />
 
Record
SN01662455-W 20080910/080908215956-a3b5de0f7925f192e4afea254963b2d4 (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.