Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOURCES SOUGHT

A -- Research & Development

Notice Date
6/8/2009
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017809Q3026
 
Response Due
7/10/2009
 
Archive Date
8/10/2009
 
Point of Contact
Rolanda Wallace-Lewis,Voice: 540-653-7098,Fax: 540-653-6810
 
Small Business Set-Aside
N/A
 
Description
Pursuant to FAR 15.201(e), the NSWCDD is issuing a Request for Information (RFI). The RFI is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. The NAICS Code is 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology). The Physical Security Equipment Action Group (PSEAG) Experiment and Assessment 2010 (PEA-2010) is being formulated in consultation with appropriate service and joint offices as well as industry and academia. Naval Surface Warfare Center Dahlgren Division (NSWCDD) is issuing a Request for Information (RFI) to enable industry to provide information about technology solutions, which are sufficiently mature to support field experimentation in an operational Joint Force Protection context with emphasis on Proactive Defense. The Proactive Defense concept engages the enemy before he attacks and accelerates the defense time-line once he attacks to reduce the risk to critical assets and personnel. Capabilities which enable this concept may be experimentally examined during FY10 and possibly FY11. The PEA-2010 Experimentation Phase will comprise a series of potentially iterative experiments, conducted periodically at one or two service sites that have special facilities associated with the objective technologies. The experiments are planned to be conducted beginning in Jan 2010 and completing by Dec 2011. Each of the experiments will have a focus area such as the following:1. Integration of Biometrics, high-resolution Sensors and parametric fusion for Threat Identity2. Integration of Forensics, Counterintelligence and Counter-surveillance 3. Inter-Agency Communications, Shared Databases and Interoperability4. Shared Situational Awareness and Synchronized Defense The progress in each sequential experiment will become part of the foundation for the next experiment, enabling more substantial fusion of information and more information sharing in each successive experiment. Independent assessments of some of the key performance attributes will be provided by an appropriate organization. The interoperability standards, defined by the Security Equipment Integration Working Group (SEIWG) of PSEAG, will be applied to the architecture for PEA-2010 (reference a). Fusion technologies will be used to fuse the information from Threat Identity tools and Situational Awareness capabilities to accelerate the timeline of defense activities. Automation will be applied to increase capabilities without increasing manpower. Prototype systems that are mature enough to enable rapid transition to operational capabilities will potentially be integrated for experimentation. Entrance Criteria. The Technology Readiness Levels (TRL) as defined by the Office of Naval Research (ONR) to indicate the state of technology maturity, apply to this experimentation; relevant levels are defined in Table 1. The proposed criteria for selecting prototype capabilities for inclusion in the PEA-2010 are as follows:1. Enables Joint Force Protection Proactive Defense2. Potential Operational Utility and Efficacy3. Readiness for Experiment in 2010/11 4.Technology Readiness Level (TRL) 7 or higher preferably and TRL-6 minimum 5. Interoperability Potential6. Potentially Synergistic with other capabilities7. Affordable Experiment/Demonstration8. Low to Moderate Risk9. Identifiable Transition Path10. Service or Joint Office Interest/Cooperation Table 1. Technology Readiness Level (TRL) Descriptions TRL-5. Component and/or breadboard validation in relevant environment:Fidelity of breadboard technology increases significantly. The basic technological components are integrated with reasonably realistic supporting elements so theycan be tested in a simulated environment. Examples include "high-fidelity" laboratory integration of components. TRL-6. System/subsystem model or prototype demonstration in a relevant environment: Representative model or prototype system, which is well beyond that of TRL 5, is tested in a relevant environment. Represents a major step up in a technology's demonstrated readiness. Examples include testing a prototype in a high-fidelity laboratory environment or in a simulated operational environment. TRL-7. System prototype demonstration in an operational environment: Prototype near, or at, planned operational system. Represents a major step up from TRL 6, requiring demonstration of an actual system prototype in an operational environment such as an aircraft, vehicle, or space. Examples include testing the prototype in a test bed vehicle if appropriate. TRL-8. Actual system completed and qualified through test and demonstration:Technology has been proven to work in its final form and under expected conditions. In almost all cases, this TRL represents the end of true system development. Examplesinclude developmental test and evaluation of the system in its intended weapon system to determine if it meets design specifications. TRL-9. Actual system proven through successful mission operations: Actual application of the technology in its final form and under mission conditions, such as those encountered in operational test and evaluation. Examples include using the system under operational mission conditions. Industry Participation. Partnerships with industry are being sought to enable the best examples of mature technology to be included in this experiment. Responses to this RFI should address prototype capabilities that industry could volunteer or cost-share for inclusion in the experiment. These prototypes must meet the interoperability standards and be available for use in the experiment either for free or at a shared cost with high value to the experiment. The best of these offers will be selected in accordance with the Entrance Criteria. Industry will be given experimentation results and appropriate recognition in exchange for their participation. Specific Capability Needs. Integration of capabilities that enable rapid, automatic, verification of personnel identity credentials and their correlation with biometric identity at Entry Control Points. Integration of portable Forensic data acquisition capabilities that enable rapid measurement of captured weapon characteristics or latent prints, which can be correlated with past or future acquired forensic data for threat identity or intelligence assessment. Vehicle, vehicle undercarriage and vehicle license plate scanner capabilities that automatically determine the license plate identity and enable real-time correlation with multi-agency databases to identify fraudulent tags, switched tags on the wrong vehicle, or expired tags and enable cross verification of the tag with the vehicle make/model/color. Surveillance sensor and processing capabilities that enables automatic detection, recognition and operator alert of external optical surveillance of the base by potential threats. This information must be recorded for analysis. Automatic processing of reported, suspicious patterns of observation of the base to determine probable threat activity in intelligence preparation of the battlespace. Smart Biometric Lock capabilities for gates, doors and vaults that verify the biometric identity of the person unlocking the port and transmit wireless alerts of violations to remote locations up to 5 miles distant in flat terrain. Multi-agency communication technologies that enable disparate radios, phones, and digital devices to communicate voice, images and digital data in real-time. High resolution electro-optical and infrared imaging capabilities that enable threat identification at 1000 yards on water coupled with radar and electro-optical surveillance capabilities that provide 360-degree coverage for detection and location of potential threats at 2000 yards range. Automatic pointing of the identification capabilities is desired based on automatic surveillance detections. High resolution electro-optical and infrared imaging capabilities that enable threat identification at 2000 yards on land coupled with radar and electro-optical surveillance capabilities that provide 360-degree coverage for detection and location of potential threats at 4000 yards range. Automatic pointing of the identification capabilities is desired based on automatic surveillance detections and locations. Capabilities to track suspected threats across multiple imaging sensor views and project probable intended targets. Capabilities to automatically monitor friendly land or water traffic behavior, recognize normal trends, recognize and record anomalies, provide alerts when the anomalies indicate potential threats and replay threat anomalies on command for operator assessment. Automatic parametric fusion of data from various acoustic, electro-optic, infrared, radar imaging and other sensors to reduce false alarm rates and increase detection ranges of real targets on land and water as well as underwater. Remote control of sensor parameters by the fusion engine is desired. Capabilities to enable multi-agency interoperability for access to Biometric Databases while maintaining the necessary protections of the data. Capabilities to enable multi-agency interoperability for access to Forensic Databases while maintaining the necessary protections of the data. Automatic image processing that increases the useful resolution of imaging sensor data for improved threat recognition, classification and identification. Automatic processing to provide common operational picture perspective views of the three-dimensional tactical situation based upon multiple imaging sensors and with selectable reference points for the perspective views. This capability shall be tailorable to meet the particular needs of various bases with various critical asset geo-locations. The views shall display the geo-locations of threats, defensive forces and friendly personnel. Detection and direction finding of inbound fires from man-portable weapons on land or water to an accuracy of 5 degrees or better. Portability and lower cost are especially important for this capability. Capabilities to challenge potential threats with harmless alerting effects at ranges up to 1000 yards over land or water. Capabilities to increase effects to damage levels up to lethal are desired. Non-lethal robotic weapons with effective ranges of 100 yards. Remote control safety provisions and interlocks are important. Handheld capabilities with Global Positioning System sensors that display the battle situation in the vicinity of the defender based on the integrated common operational display created locally with all friendly and enemy personnel locations mapped. Display map scale should be selectable from about 30 yards full screen to 100, 300 and 1000 yards full screen. Information Requirements. Responses to this RFI should include a white paper description of the capability available with associated illustrations; description of the expected TRL of the capability at the time of experimentation; description of proprietary rights associated with the capability and their implications for future transition into full service use; descriptions of the estimated or demonstrated reliability, maintainability and availability of the capability; description of the maintenance support available; description of the data interfaces and their interoperability in accordance with established standards such as the SEIWG ICD; description of the physical characteristics, power requirements, thermal requirements and underwater limitations if appropriate; schedule of availability of the capability during 2010-2011; budgetary cost of the capability and availability through GSA or existing contract and special requirements if any. RFI responses must include:.Name of the primary point of contact for the response.Organization.Email address.Phone.Identification of other key individuals who collaborated on the RFI response.Description (4 pages or less) of the technology and its applicability to PEA-2010 as described above Use single-spaced, 12-point, Times New Roman font. The following file naming convention should be used: PEA2010_first initial_lastname.doc Authorized file formats include: Adobe Acrobat versions 6 - 8 (.pdf) and Microsoft Wordversions 2000 - 2003 (.doc) Each proposal will be reviewed and considered for inclusion in PEA-2010. The initiators of this request make no commitment to include any particular technologies. Disclaimer. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the results of the review. Questions. All questions must be submitted in writing to Rolanda Y. Wallace-Lewis at rolanda.wallacelewis@navy.mil within 15 calendar days from the date the RFI is issued. Response Submission. Responses to this RFI must be submitted via electronic mail to rolanda.wallacelewis@navy.mil on or before 10 July 2009 no later than 11:59 PM Eastern Standard Time. Please reference "PEA-2010 RFI Response" in the subject line. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be posted in the Federal Business Opportunities (FBO at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) at http://www.neco.navy.mil. It is the responsibility of potential offerors/bidders to monitor this site for the release of any solicitation or synopsis. References:Reference a. SEIWG-ICD-0101: Command and Control Display Equipment Information Interchange using XML - dated January 2009. Please contact the SEIWG via E-mail at SEIWG@hanscom.af.mil for copies of this document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017809Q3026/listing.html)
 
Record
SN01838877-W 20090610/090608235126-8b46aa27abd2e15b5e903c093015524d (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.