Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
SOURCES SOUGHT

99 -- MARKET SURVEY/REQUEST FOR INFORMATION: Next Generation Marine Corps Ground Electronic Attack Family of Systems Capability (CESAS Follow-on)

Notice Date
2/24/2010
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410I7010
 
Response Due
3/26/2010
 
Archive Date
3/26/2011
 
Point of Contact
Sonia Guerrero (703)432-4200; sonia.guerrero@usmc.mil
 
Small Business Set-Aside
N/A
 
Description
Next Generation Marine Corps Ground Electronic Attack Family of Systems Capability (CESAS Follow-on)MARKET SURVEY/REQUEST FOR INFORMATION. This RFI is intended to identify currently available non-proprietary equipment and software including Commercial Off-the-Shelf (COTS), Non-Developmental Items (NDI), and Government Off-the-Shelf (GOTS) components to support the Marine Air-Ground Task Force (MAGTF) Commander's Information Operations (IO) plans for the Marine Corps next generation ground Electronic Attack (EA) capability. The system will support the mission of detecting, denying, degrading, and attacking the enemy through the use of the electromagnetic spectrum, thereby disrupting command and control systems. This RFI seeks vendors with capabilities that can meet system requirements as stated in Attachment 1 (Draft Performance Specification). Description The desired system should conduct reactive, preemptive, automatic, and manual jamming for target frequencies and acquisition of potential targets. The desired system is not envisioned as a one box solution, but as a modular functional-based system which will comprise a Family of Systems (FoS) able to withstand unimproved road conditions at a speed of 50 mph and rugged terrain at 30 mph and capable of being integrated onto multiple platform types. The desired system should be modular, scalable, economically supportable, software driven, and configurable. The desired system and equipment should be able to maintain a 90% operational status in garrison and combat operations. It is desired that the hardware and software be compliant with, but not limited to, MIL-STD 130, 461F, 810F, 882, 1366E, 1472D (sec 5.9.11.3), DODI 5000.2, NAVSEAINST 8020.7C. The desired components should meet preliminary system requirements and should provide stationary and on-the-move capabilities along with being lightweight, modular, scalable, reliable, cost effective, and ruggedized. Instructions to Responders This announcement contains all information required to submit a response. No additional forms, kits, or other materials are required. Submissions should include a summary sheet with the following elements: For each hardware item include:-Dimensions/Weight/ROM Cost-Modularity and Scalability in Architecture-Power Source Requirements (to include power draw at the different power source)-Operating Bandwidth; Include frequency band breaks in covering frequency range 2MHZ to 8GHZ -Production Timeline-Mean Time Between Failures (MTBF)-Special Features -Remote Command Shut-Off Capability-Software API Available-Description For software items include:-Operating System Requirements-Hardware Requirements-ROM Cost-Licensing Model (floating, per seat, subscription, etc.) -Software API Available-Description Responses should include performance limitations that are not met by an available existing solution and insight on possible alternative technologies that may meet the Government's needs. Responses in the form of questions or comments to this RFI should not exceed thirty (30) pages. Responses are due by 26 MAR 2010. Please send e-mail responses to the Contract Specialist, Sonia Guerrero at sonia.guerrero@usmc.mil. Input will be utilized to improve the performance specification; however, no formal reply will be provided in response to individual RFI submissions. Respondents shall not contact the Government to inquire about the status of their submissions. Only electronic submissions will be accepted. Submissions will be in a Microsoft Office compatible format. The Marine Corps will use the results of this announcement to determine what capabilities exist in the marketplace to fulfill the Government's requirements as outlined in Attachment 1. Firms should submit their GSA contract number and schedule, if applicable. A formal solicitation will be released after analysis of responses to this RFI. The date for release of the solicitation is yet to be determined. Questions and comments must be focused on the requirements of the attached Performance Specifications. NOTE: This Request for Information is for planning purposes only and is issued in accordance with FAR Clause 52.215-3. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation. In addition, the Government is under no obligation to pay for information submitted in response to this RFI, and responses to this notice cannot be accepted as offers. Any information that the vendor considers proprietary should be clearly marked as such.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410I7010/listing.html)
 
Record
SN02074274-W 20100226/100224235616-a791cad84623ef6e60a85e5019d440ff (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.