Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2008 FBO #2491
SOURCES SOUGHT

58 -- MARKET SURVEY: Request for Information (RFI)TITLE: Persistent Surveillance and Dissemination System of Systems Version 3 (PSDS2 V3)

Notice Date
9/19/2008
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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-08-RFI-RUS-002
 
Response Due
10/15/2008
 
Archive Date
12/14/2008
 
Point of Contact
Joanne DeFazio, 732-532-4348<br />
 
Small Business Set-Aside
N/A
 
Description
Responses are to be submitted via email to ettore.ciaffi@us.army.mil by 1600 hours on 15 October 2008. Technical questions and industry responses are to be sent via email to chuck.blair@us.army.mil. This Request for Information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information submitted in response to this RFI. The government is conducting a market survey to identify Lead Systems Integrators to Design and Produce/Manufacture two of the three major subsystems that make up the capability referred to as the Persistent Surveillance and Dissemination System of Systems Version 3 (PSDS2 V3). All three subsystems must be integrated, both hardware and software, in order to provide immediately usable tactical situational awareness by integrating multiple numbers and types of sensor feeds. The contractor would also be responsible for Integrated Logistics Support in CONUS and OCONUS regions for the PSDS2 V3 system as a whole for at least one year. Contractor performance requirements include the Design and Configuration of the Video Dissemination Service (VDS) subsystem and the Distributed Common Ground System Army (DCGS-A) Integrated Backbone (DIB) subsystem. The contractor must integrate these subsystems with specific Government Furnished Equipment (GFE), and deploy the two subsystems, as a single entity, into Operation Iraqi Freedom (OIF) and Operation Enduring Freedom (OEF) battle theatres. The third integrated subsystem, the Standard Ground Station (SGS), is the major GFE component. Deployment includes testing, shipping, installation, training, and sustainment by a contractor with recent and extensive experience doing similar work on networked systems in OIF and OEF battle theatres. For purposes of this RFI, a mature solution is being sought. The system should be in a phase comparable to System Development & Demonstration leading to a Production decision with components at least in advanced development and ready for low rate initial production. Technologies must have matured to at a point where actual system is completed and 'test qualified' through a demonstration. Engineering and design changes should be decreasing significantly. Low Rate Initial Production (LRIP), to Full Rate Production (FRP) within a notional 5 months (150 days) of contract award. During LRIP all systems engineering/design requirements should be met and there should be minimal changes to those designs. Responses to this RFI should provide evidence that the manufacturing processes are established and controlled in production to an appropriate quality level. In addition, the solution must have an Integration Readiness Level (IRL) that proves integration of technologies can accept, translate, and structure information for its intended application. The system should show the ability to become qualified, or has already been qualified, by a certified testing entity, in accordance with MIL-STD-461E Interface Standard Requirements for the Control of Electromagnetic Interference Characteristics of Subsystems and Equipment and MIL-STD-810F Environmental Testing. Operational Concept: PSDS2's concept of operation is to integrate multiple numbers and types of sensor feeds (ex. Electro-Optical (EO), InfraRed (IR) & Acoustical) and provide real-time, immediately usable tactical situational awareness - 'actionable information'. PSDS2 V3 systems will be used to detect, store, retrieve, analyze, and distribute sensor feeds and information for various operations; to provide oversight of ongoing operations; to support perimeter defenses; to monitor single, high-valued assets; and to perform post-event analysis based on recorded sensor data. Additionally, the systems enable task forces to rapidly disseminate observations and associated video data, and to provide quick response teams and first responders with real-time situational awareness. PSDS2's goal is to leverage as much as possible off existing sensor equipment; to integrate the sensor data into a form that is most useful to war fighters; and to make the data available simultaneously to all participating parties at multiple echelons. System Description: The Government envisions the PSDS2 V3 architecture to consist of a Video Dissemination Services (VDS) subsystem, the Distributed Common Ground System Army (DCGS-A) Integrated Backbone (DIB) subsystem, and the Standard Ground Station (SGS) which is being developed under separate contract and will be provided as GFE. The SGS (GFE) is responsible for interfacing with all pertinent army battlefield systems (ex. Advanced Field Artillery Tactical Data System (AFATDS), Force XXI Battle Command, Brigade-and-Below (FBCB2), Tact comp, and Blue Force Tracker) and associated sensor feeds (ex. Rapid Aerostat Initial Deployment (RAID) Towers, RAID Aerostats, CERBERUS, PTDS, NS Microwave, Unattended Transient Acoustic MASINT Sensor (UTAMS), Lightweight Countermortar Radar (LCMR), AN/TPQ-36/37, Moving and Stationary Target Acquisition and Recognition (MSTAR), Metadata Feeds, Predator, Hunter, Shadow, Tigershark, Airscan, and Warrior Alpha). The VDS should be capable of disseminating full motion video (FMV) to a wide audience of military personnel. The VDS should be capable of ingesting any form of FMV and disseminating both the VC-1 and H.264 industry standard video encoding schemes of FMV. Dissemination is conducted via a real-time, bandwidth responsible, role based portal. The VDS must be capable of interfacing with the SGS software. The VDS will need to interoperate with the SGS software via an XML interface, utilizing Ethernet 10/100 connectivity. Primarily, metadata and FMV will be shared between the two systems. The PSDS2 V3 configuration must be fully integrated with existing DCGS-A Integrated Backbone (DIB). The PSDS2 V3 system will utilize the DIB for uploading data concerning events and observations, gathered from the various software components within the system, to make useful to intelligence community. Salient PSDS2 V3 performance characteristics include the following: 1.Live video dissemination system able to distribute live streaming video via uni and multi casting over Secret Internet Protocol Router Network (SIPRNET) to authorized users in the battlefield. 2.Auto sensing of a connections available bandwidth and streaming of full motion video and metadata based on available bandwidth. 3.Interoperable with the SGS that will be provided GFE. 4.Federate stored data and events to DCGS-A network via the DIB. 5.Provide problem reports or trouble tickets for all maintenance actions required. 6.The system must be able operate in an environmentally controlled tactical operations center environment, and meet best commercial practices in regards to shipping and storage, particular to climates of SouthWest Asia. 7.Track reliability data via system failures. 8.Packing/Shipping will be best commercial practice. PSDS2 V3 size, weight and power considerations include: 1.Equipment rack mounted in shock mount transit cases. 2.Provide hardware footprint that takes both size and weight optimization into consideration when coupled with cost. 3.Provide power conditioning to filter power at 100/240V 50-60HZ +/- 3Hz. 4.Support 15 minutes of continued operation when primary power source is lost. 5.Capable of incremental, modular expansion throughout its lifetime allowing for the expansion to double its available sensors from its base configuration. 6.Item Unique Identification (IUID) Marking UID markings IAW MIL-STD-130. Depending on the results of this market research the government is contemplating award of a production contract during which system production, qualification and integration testing would be conducted on an accelerated basis. Responses to this RFI should include a notional schedule which would include a First Article Test (FAT), followed by a full rate production effort where it is envisioned that a quantity of up to 159 systems would be delivered in less than a 6 month period. Initial sparing is anticipated to be 10-20 percent of the total quantity of active systems and would be delivered concurrently with each system lot. The government anticipates award of contract in Q2 FY09. Interested parties should address the above and provide the following information as part of their response to this RFI: Information submitted must be complete descriptions of existing products that will be available for delivery within the timeframe indicated above. Industry must include sufficient documentation to support any claims that their system performance will meet the minimum performance capabilities contained herein. Limit documentation to include system technical specifications, performance test data, system drawings and/or photographs, or any other data to support the state of system development and or production readiness; marketing information will not be accepted. All material submitted in response to this RFI must be unclassified. Interested parties possessing the capacity to deliver products meeting the requirements outlined above are requested to provide a White Paper describing the approach to meet, manage and prove the ability to be successful in the production of systems that meet the requirements established above and should address the following items: 1. Corporate capabilities, past and current relevant performance information, available facilities and assets 2. Technical and management approach for executing a program to include a detailed design; procurement of subsystems and components, test and quality assurance approach; supporting technical documentation; and, operation and sparing considerations. 3. Respondents own assessment of TRL, MRL and IRL levels. 4. Outline of supply chain considerations with emphasis on any known long lead items, critical subcontractor and vendor production capacity and foreign manufactured items that may adversely impact high rate production in an accelerated environment. 5. A cost estimate (rough order of magnitude basis) to include unit pricing for meeting PSDS2 V3 six month production schedule, initial provisioning and sustainment spares, testing, new equipment training (CONUS and OCONUS) and technical documentation. The respondent will specify and cost out all hardware and software. The Government reserves the right to furnish certain software GFE. 6. A supporting program schedule that represents a low risk approach to meeting the objectives outlined above. 7. An assessment of the associated risks for this program and respective risk mitigation approaches. 8. Identify any proprietary data applicable to the systems (particularly external interfaces) and whether the Government would be provided unrestricted rights to technical data or computer software. 9. Predicted or actual reliability of the systems and the methodology used to determine the reliability. Any anticipated commercial warranties shall be submitted. 10. Evidence of the system past performance and how the performance was measured. 11. Include cage code, DUNs number, and size and status as listed in the Central Contractor Registration (CCR). 12. Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. Responses are to be and submitted via email to ettore.ciaffi@us.army.mil by 1600 hours on 15 October 2008. Technical questions and industry responses are to be sent via email to chuck.blair@us.army.mil. Commencing in early Q1 FY09, the Government may afford Industry an opportunity to discuss the contents of their White Papers during an industry one-on-one session where it is envisioned the parties will engage in an active information exchange dialogue to aid in the Government's feasibility assessment. It is anticipated that any such sessions would not exceed 4 hours and will take place at Fort Monmouth, New Jersey.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=48c26821ca29dfb1e97c8400a55b59b3&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
Zip Code: 07703-5008<br />
 
Record
SN01676230-W 20080921/080919221027-48c26821ca29dfb1e97c8400a55b59b3 (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.