Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2009 FBO #2676
SOURCES SOUGHT

58 -- Enhanced Tactical Signals Intelligence Payload (ETSP) Market Survey

Notice Date
3/23/2009
 
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-09-R-R601
 
Response Due
4/13/2009
 
Archive Date
6/12/2009
 
Point of Contact
Michael Schwartz, 732-427-1915<br />
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION Program Manager, Aerial Common Sensors (PM ACS), Building 801, Fort Monmouth, NJ 07703 The Project Manager, Aerial Common Sensors, Fort Monmouth, New Jersey, is conducting a market survey to identify potential sources having technology, qualifications, and capabilities to provide a Non-Developmental Item (NDI) Enhanced Tactical Signals Intelligence Payload (ETSP). The ETSP is an Unmanned Aircraft System (UAS) Signals Intelligence (SIGINT) system which provides emitter mapping and situational awareness to the commander. The system provides commanders with a comprehensive picture of electronic emitters and the ability to detect, identify, geolocate, and copy emitters, including High Value Targets (HVTs). The specific objective of the market survey is to identify sources with mature SIGINT Payload whose current NDI SIGINT Payload is at a maturity Technology Readiness Level 6 or better that has the capability with, minimal design, of being upgraded to the desired pod configuration for the Extended Range Multi Purpose (ERMP) Sky Warrior Unmanned Aerial System (UAS). The ETSP size, weight, and power ETSP package onboard the ERMP UAS shall not exceed 200 pounds, require more than 1200 watts and not exceed 3 cubic feet. This effort will include a ground Warfighter Machine Interface (WMI) workstation capable of controlling the payload and displaying the data collected. The ground WMI workstation software shall be capable of being integrated into the Distributed Common Ground System Army (DCGS-A). The Government may use results of this market survey to formulate a single competitive contract acquisition to upgrade at least five (5) of the offerors NDI systems, with Non-Recurring Engineering to pre-production configuration and for follow-on multi year production options for a total of fifty-five (55) upgraded systems. The ETSP characteristics/features for are listed in the classified ETSP SCI Appendix Signals Intelligence Payload (SP) Document dated 16 December 2008, provided by request (but see below regarding required security clearance). The ETSP shall be integrated and ready for test on board the ERMP UAS or surrogate aircraft no later than twelve (12) months after contract award. This effort will include spares packages, training, manuals, maintenance and repair support services as well as two years of Interim Contractor Support. This will include any Field and Sustainment level training, supply and maintenance support required. Offerors will be responsible for the upgrade of their proposed NDI SIGINT system to meet the ETSP requirement; design and fabricate the pod for ETSP; Integration of the pod configured ETSP, including the antenna array on-board the ERMP and demonstrate system performance. The Government plans to fund the Non-Recurring Engineering (NRE) cost upgrade for the offerors proposed NDI SIGINT system. Selected offeror will be required to demonstrate their upgraded system during a roof top demonstration. The ground WMI workstation will be demonstrated with the roof top demonstration. The ETSP includes capabilities which operate up to the TS/SCI (TOP SECRET/Sensitive Compartmented Information) classification level. Offerors will be limited to those having access to a Sensitive Compartmented Information Facility (SCIF), which has been properly accredited to operate at the SCI level in support of this program, and has the required personnel cleared for the SCI classification level. Offerors without TOP SECRET/SCI clearance will not be considered for this procurement. Responses to this market survey are expected to be classified at the TOP SECRET/SCI level. To request the SIGINT Payload classified SCI Appendix Signals Intelligence Payload (SP) Document dated 16 December 2008, please email Mr. Kahraman 'KC' Koseoglu at the email address below. A classified fax number will be required that can handle TS//SCI faxes must be provided in your request. Only one request per company will be accommodated. If you have technical questions regarding the classified appendix, they must be coordinated with Mr. Koseoglu and faxed using the classified fax number below. Please do not send classified questions to the unclassified email address. When in doubt, please coordinate with Mr. Koseoglu to use the classified fax number below. RESPONSES: Unclassified//FOUO responses: Mr. Kahraman 'KC' Koseoglu I2WD, Building 600 Attn: AMSRD-CER-IW-SF Fort Monmouth, NJ 07703-5211 or Email address: Kahraman.Koseoglu@us.army.mil Subject of email should state: ETSP SIGINT RFI Response Classified responses must be marked according to the paragraph markers in the classified appendix. Responses up to the Top Secret/SCI level can be faxed to 732-427-1286 (STE/STU). Faxes must be coordinated with Mr. Koseoglu via email prior to submission. Potential sources with SIGINT NDI whose products have the potential of meeting the Governments requirements indicated by this market survey are encouraged to submit their product specification for review. Responses shall include documentation that demonstrates that the offeror can, in fact, provide the ETSP hardware/software specified in the ETSP Classified Appendix. Responses should consist of company name, address, point of contact, telephone number, fax telephone number, business type and size, description of NDI with description on how the system will be upgraded to satisfy the ETSP requirements and company brochures/literature regarding contractor capability. Interested companies should submit their response and ideas, to Kahraman 'KC' Koseoglu at the email address above. The government may desire to send representatives to the contractor facilities for discussions of their responses to this market survey. This market survey does not constitute the solicitation of proposals. Participation in this market survey effort will not affect a company's position during any follow-up solicitation. All information should be submitted within 15 working days from the date of publication of this notice. The Government will not pay for any information provided under this notice. No basis for claims against the Government shall arise as a result of a response to this market survey. There is no page limit for the responses. All responses should be submitted in the English language. (0064)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3557ae9e0e6501d4585f810fe2d84f57&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
SN01775081-W 20090325/090323214915-3557ae9e0e6501d4585f810fe2d84f57 (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.