Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
SOURCES SOUGHT

99 -- Sources Sought Notice for Surveillance and Target Acquisition System.

Notice Date
4/13/2010
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M-TOWER-RFI2
 
Response Due
5/7/2010
 
Archive Date
7/6/2010
 
Point of Contact
Elbert Clarke, 256-955-3420
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(elbert.clarke@smdc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) ONLY FOR PLANNING PURPOSES. 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. The Government is in need of information on potential sources for a contractor to provide services for the Surveillance and Target Acquisition System requirement. The purpose of this RFI is to gain knowledge of interest, capabilities, and qualifications of vendors who can successfully support this requirement as a prime contractor and system integrator. The contemplated type of solicitation that will be issued will depend upon the responses to this sources sought notice and other information available to the Government. The resultant acquisition approach must ensure there is adequate competition among the potential pool of responsive contractors. Responses must clearly demonstrate the qualifications, capability and expertise of the prime contractor or system integrator. Responses to this notice will be used as part of the information gathered as market research that will be used to develop the acquisition strategy to satisfy this potential requirement. The Government has not formalized an acquisition strategy, there is no solicitation and there is no other information available at this time. Other than responses to this RFI, no other responses or inquiries will be accepted. Questions regarding the scope work of work or acquisition strategy will not be accepted at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The USASMDC is conducting a Market Survey to acquire commercial surveillance and target acquisition system (the system) as well as System Integrator (SI) for these systems. The system shall be capable of detecting hostile troop and/or equipment movement at great distances. This capability enables U.S. forces to respond rapidly to threatening situations in both Operation Enduring Freedom and Operation Iraqi Freedom. The system is intended to minimize the vulnerability of U.S. and coalition forces and enable timely and appropriate response options (direct air attack, indirect fire, and ground patrol/attack) against Improvised Explosive Devices (IED), Vehicle-Born IEDs, rocket-propelled grenades, mortar, and small arms attacks. The system shall operate at the unclassified level and shall be capable of providing data to classified systems without directly connecting to the classified network. All system components must be transportable via air and ground vehicles. In addition the system must meet the Reliability, Maintainability and Availability (RAM) and environmental requirements listed in this request for information. The system shall include: "Elevated platforms to include movable towers or masts, and Shelter/storage/shipping standard military container. "A ruggedized ground station for sensor command and control, and video display functions. "A government furnished sensor suite that is capable of providing 360 degree, day/night visible and thermal imaging of areas within radii extending from 0 to 20+ kilometers. Government Furnished Equipment "Terre Sight TM Software V1.51 by Sarnoff Corporation "Tactical Quiet Generators, 5KW Integration of System Components The SI will integrate the components, both contractor furnished and government furnished, into a fully operational system by developing the required mechanical, electrical, power, data, physical, safety, and human interfaces as given in the various interface control documents and drawings. The SI will perform a functional verification test for each system prior to delivery to the government. The SI will provide logistics support as needed. The system supplier and system integrator should be considered one and the same, as the single entity that will be responsible for components as well as system integration. Sensor Suite The system shall have sensors that are currently available as a commercial item. The sensor suite Operational Availability (Ao) objective is greater than 0.99 when 50% spare sensors are included. The requirement is for an optical sensor with 360 degree field of coverage capable of detecting and providing geo location data on man size targets (2 meters by 1 meter) out to a range in excess of 10 kilometers. Visible and infrared capabilities are required for day and night time use. Visible sensor shall include full color and spotter scope capability for zooming in on distant targets of interest and obtaining maximum discriminatory information on those targets. Visible and infrared sensors shall be bore sighted together such that switching from one sensor to the other will result in looking at the same location. A laser range finder (or equivalent geo location device) will also be bore sighted to the visible and infrared sensor look angles for accurate computation of the location of the object being viewed. Sensor housing shall be actively stabilized to insure that distant targets, regardless of their relative motion with respect to the sensor, can be viewed for extended periods of time without resulting in excessive strain on the operator viewing the image. Visible and infrared sensors shall have multiple fields of view to allow for wide angle panning of the area followed by an instantaneous switching to a narrow or super narrow field of regard for rapidly assessing distant targets of interest. Sensor shall also have a laser illuminator and auto tracking capability. The laser illuminator shall provide a beam of light visible only through night vision goggles. That beam of light will originate at the sensor and be bore sighted such that it will terminate at the target of interest as soon as it is activated (i.e. no searching for the target will be required). The control and display functions of this sensor suite (i.e. visible sensor, IR sensor, spotter scope, laser illuminator, etc.) shall be well documented in an interface control document. This interface control document shall be used to assess the level of software modifications that will be required to interface these control and display functions with existing map overlay software. Hardware mounting documentation shall also be provided for a determination of the level of effort that will be required to mount the selected sensor to existing platforms (towers, masts, etc.). The level of software and hardware rework required will have a bearing on the sensor selected. The sensor system shall be able to self locate and orient to 6 digit grid coordinates and provide this data to the command and control station operating system. Sensor Interface The control and display functions of this sensor suite (i.e. visible sensor, IR sensor, spotter scope, laser illuminator, etc.) shall be well documented in an interface control document provided by the government. This interface control document shall be used to assess the level of software modifications that will be required to interface these control and display functions with map display software. Hardware mounting documentation shall also be provided for a determination of the level of effort that will be required to mount the selected sensor suite to existing platforms (towers, masts, etc.). Elevated Platform The platforms shall include: 1.A transportable, self-supporting/extendable single tower that operates at heights of 80 and 107 feet above ground level. Payload capability to support a threshold (including the sensor suite and related electronics) of 625 pounds with an objective of 850 pounds. The tower shall include all hardware and controls to extend to required heights. The attached tower payload sail area for wind loading is 20 square feet threshold and 30 square feet objective. 2.A self-supporting/extendable fixed 30-60 ft mast capable of supporting 400 pounds. Wind load sail area maximum is 15 square feet. A shelter/storage/shipping container shall be provided that can be used as an operator station when operating in remote areas. The standard military container shall be sized to accommodate 2 operators, a 6 foot folding table, 2 folding chairs and an air conditioner/heating unit sized for use in the area of operation. All of the ground station hardware shall be stowed in this container during transport or relocation. The container shall provide electrical power ground lugs as needed. Ground Station The contractor will use the sensor suite interface control document to develop the interconnectivity between the Elevated Platform, Ground Station and Sensor Suite. The ground station combines sensor controller and video display function to provide sensor control workstation capability. The main components of the ground station are a ruggedized windows based main computer, multiple 19 inch monitors or larger, servers with memory for at least 168 hours of NTSC video data, and an interface to hand controllers used with the sensors. The ground station shall host local area networks and connect to both Ethernet and Internet. The ground station shall provide line of sight, radio frequency, communication to other surveillance systems or to remote viewing/control stations. The ground station shall provide non-line of sight radio frequency and/or satellite communication to other locations. Ground station shall communicate with AFATDS and FBCB2 either directly with Battle Command workstations/servers or via the PASS or later interface. The ground station will be capable of being upgraded to comply with DoD Architectural Framework as required by Net-Centric Operations and Warfare policy and intended to provide for a consistent architectural model that will enable information sharing and component re-use across the Department of Defense. The ground station shall provide power conditioning to filter local power with input range of 100-240 VAC / 50-60 Hz +/- 3 Hz. An un-interruptible power supply that provides over 30 minutes of power to meet the combined main computer, servers, modems, video switches, sensors, and hand controllers will also be included. The ground station supports ingestion of digital Standard Definition (SD) video over Internet Protocol (IP) or locally via NTSC/Composite analog capture as well as ingestion of metadata over IP and via serial connection. The ground station provides an integrated Ground Station GUI serving as the common operating picture integrating multiple videos with position information, both operator entered and automatically plotted from Battle Command network information. The ground station common operating picture provides the ability to determine relative position of video inputs with other video and geographic position information from Battle Command and operator inputs. The ground station provides the ability to slew controlled cameras to view any position on the map including positions of information reports from Battle Command. The ground station provides the ability to determine approximate position of any item in the field of view of any of the video inputs when supported by metadata whether live or recorded. The ground station server provides a capability to archive digitized video and metadata clips along with storage of time-stamped entity/track data. The ground station server also provides centralized configuration and health monitoring for all components in the ground station. All power, data, and control cables are to be part of the ground station. An LED based flashing signal strobe shall be integrated on the tower and controlled from the ground station. The ground station system shall be expandable to display outputs and provide control of other sensors to include ground based radar, unmanned ground sensors, and display video feeds from different unmanned airborne systems and integrate them with the common operating picture. All sub-assemblies of the ground station shall be integrated into ruggedized containers for ease in transportation and protection from abuse. Reliability, Maintainability, Availability (RAM) The system less the sensor shall have a threshold mean time between failure (MTBF) of 5,000 hours under harsh environments and 24/7 usage. Documentation and any test and/or analysis data may be requested to support the system MTBF. Logistics The Technical Users and Operators Manuals formatted to standards used by Military Manuals will be provided. The operational and maintenance training material and training to government personnel will be provided. The SI will demonstrate a rapid mean time to repair capability. The ability to provide system support near current theaters shall be described. Existing logistic support capabilities to include spares, repair, training, and resupply will be provided. Adequately trained technical repair staff, along with repair facilities and sufficient on-hand spare parts shall be required to handle the expected number of system repairs over a given period of time. The system shall be able to relocate from an operational state, move, and resume operation, in less than 6 hours plus the travel time from one location to the next. The system shall be capable of being towed via a 5 ton truck over paved roads (75%), non-paved roads (20%) and off-road (5%). The system shall operate using 50 or 60 Hz power supply, single phase, 250 volts or less from military standard generators or local power grid. Environmental The system shall be operable in winds of up to 71 MPH. The system shall be capable (24/7 basis) of being stored or operated in temperature ranges from -60F to +160F and meet military environmental requirements for the basic hot and basic cold environment as defined in AR 70-38. The system shall resist electrical discharge hazards. Response by Contractor The contractor will provide information giving their expertise and capability to develop and provide the system and components for the system. The response is for integration (SI), software and hardware, all inclusive. If you believe your firm qualifies as a potential contractor and has existing qualified personnel, relevant past performance experience, and the technical capability to perform the type of work specified, please submit a the following information: 1.Company name and mailing address. 2.Point of contact (name, telephone number, and e-mail address) 3.Socio-economic status under the above stated NAICS (e.g., other than small business, small business, small disadvantaged business, woman-owned small business, veteran-owned small business, service disabled-veteran owned small business, etc.). 4.Current number of employees. 5.Average annual revenue for the past 3 calendar years. 6.Discuss the type and number of facilities that are currently available and would be proposed to be used to satisfy the requirement (describe the type of facilities, capacity, facilities clearance level, etc). 7.Discuss your ability to perform each major portion of the requirement, as summarized above, to include past performance in each of the major portion of the requirement. If none, so state. Note, past experience shall be demonstrated for each major section that the prime contractor indicates the ability to perform under (in whole or in part). 8.Discuss your firms capacity, as prime contractor, to execute multiple task orders simultaneously. 9.If a small business, discuss your firms ability to perform 50% of the requirements. 10.Discuss the number, complexity, nature and magnitude of contracts and/or task orders (dollar value, duration, etc) that you as the prime contractor have the demonstrated capability to perform that are similar to this effort. 11.Discuss your past experience as a contractor for contracted efforts similar in scope and capacity. 12.Provide a brief summary of your companys experience and past performance within the past 3 years as it relates to the magnitude and scope of this requirement. Each experience provided (Government or commercial) should include (a) name of project (b) brief description of project (c) contract or project number (d) contract type (e) client/customer point of contact (name, address, phone number, e-mail address) (f) dollar value of the contract/project (g) period of performance of the contract/project (h) relevance of contract/project to requirements in the draft PWS, and (i) your role in the procurement (i.e., prime contractor, first tier subcontractor, etc). 13.Financial capacity. Discuss your firms financial capacity to prime this effort. Discuss your financial ability to support an effort of this size and scope, considering that payments may be as much as 90-120 calendar days in arrears of actual performance on multiple task orders. Responses can be submitted in your own format and shall be 40 pages or less. If data is submitted in electronic form the data should either be in Microsoft Word *.doc format or Adobe Acrobat *.pdf format, Microsoft Excel format is acceptable as well if required. Avoid the use of non-mainstream data formats. Again, this announcement is being used solely to gather market research information. Where the acronym SI is used, to mean system integrator that does not reflect that the Government wants a response from only a system integrator, the desired response is from a PRIME that is capable of performing the entire operation, not just one aspect. The Space and Missile Defense Command/ Army Strategic Command, Contracting and Acquisition Management Office (CAMO) is the responsible contracting office supporting this Request for Information. The CAMO POC is Elbert Clarke. All communications regarding this RFI shall be provided to elbert.clarke@smdc.army.mil. The Government has a preference to receive all data electronically by email; interested parties may submit data to the following address within the same timeline requirements. The appropriate mail address to use is: US Army Space and Missile Defense Command / Army Strategic Command, Attention RFI Submission, SMDC-RDC-BB / Elbert Clarke, Bldg 5220 Von Braun Complex, Redstone Arsenal, AL 35898. Respondees should not expect a response to their submission or questions posed at this time. Further information will be posted to the CAMO website or other appropriate web sites if required and when available. CAMO has established the following business opportunities webpage where information regarding this contemplated acquisition will be published, when available: http://www.smdc.army.mil/2008/BusinessOpportunities.asp ** Special Notice ** Notice is given that ITT / CAS will assist the Government in review of any information submitted in response to this RFI. If an Organizational Conflict of Interest (OCI) agreement is required, contact the following individual at ITT / CAS: Charles W. Collins * Manager, Contracts Division CAS, Inc. A wholly-owned subsidiary of ITT Corporation (256) 971-6126 Office (256) 971-6105 Fax E-mail: chuck.collins@itt.com *Chuck Collins referenced above is only to be contacted in regard to executing an NDA agreement. No questions or data should be provided to Chuck that does not solely apply to the NDA agreement process. The SMDC Contracts POC identified above should be contacted regarding any questions or concerns. Data that is marked proprietary shall not be delivered to the Government without a NDA agreement in place. Contractors are given notice that they are accountable for marking their data package appropriately. If a contractor submits proprietary information under this RFI, the contractor will execute an agreement pursuant to FAR 9.505-4 (b) between themselves and ITT/ CAS. A copy of this agreement will be furnished to the SMDC Government POC named above (Elbert Clarke), without exception. The contractor will provide information giving their expertise and capability to develop and provide the system along with system integration. This announcement is being used solely to gather market research information. This is not a request or proposal nor will technical capability statements be considered as a proposal. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-TOWER-RFI2/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN02119823-W 20100415/100413234432-cc02b711b73cf787e1cd506950bbc3fc (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.