Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
MODIFICATION

66 -- FCMortar Phase 2 GPS Receiver Requirements

Notice Date
4/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017810Q1910
 
Response Due
5/19/2010
 
Archive Date
6/30/2010
 
Point of Contact
Alexander Del Guidice 540-653-7080 Alexander Del Guidice,Voice: 540-653-7080,Fax: 540-653-7088
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought 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 http://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 Naval Surface Warfare Center, Dahlgren Division (NSWCDD), Virginia, 22448 seeks to obtain market research information from sources capable of fully satisfying information contained herein. NSWCDD seeks a vendor to provide a Commercial off-the-Shelf (COTS) or mature developmental item that will meet the following performance requirements. RequirementsNSWCDD seeks a vendor to provide GPS receivers suitable for use as an embedded navigator in an 81 millimeter (mm) mortar in a technology demonstration program. As a technology demonstration, some of the ultimate military tactical requirements may be waived for expediency or convenience. Figure 1 attached identifies the critical parameters for this effort, with "threshold" designating the minimum acceptable performance of the receivers to be purchased and "objective" designating the expected performance in the final tactical implementation. The attached Requirements table (Figure 1) includes the list of minimum requirements, and the objective requirements. The Vendor Specifications table (Figure 2) will need to be completed by the vendor. SizeThe objective design "space claim" is for a 40 mm diameter circuit board, with height depending on whether or not anti-jam protection is included (single versus two board stack). For the threshold requirement, any receiver which fits within a 60 mm diameter circle is preferred. However, any form factor with a minimum dimension of 60 mm will be considered. ShockThis receiver is intended for use in an 81 mm mortar application. The mortar is explosively propelled from the launch tube and experiences a severe "setback" environment of 10,000 - 20,000 Gs for a brief duration (approx 10 milliseconds). After launch, the accelerations are small due to the modest control surfaces acting to guide the round to the target. Note: maximum height and velocity during the technology demonstration are expected to be below the COCOM (Combatant Command) export restrictions for commercial receivers of 18 km and 515 m/sec. Time to Usable Navigation (TTUN)The "time to usable navigation" is defined as the maximum expected time between application of valid power and output of navigation data within specified accuracy. For the technology demonstration it is expected that the GPS receiver will be powered and navigating prior to launch. It is not a requirement to navigate through the launch event (acceleration is extreme and antennas will be briefly masked (for less than 1 second)). In the tactical use, the mortar (and receiver) will be provided with initialization data consisting of satellite broadcast data, cryptographic keys, time of day and a 10 pulse per second frequency reference for oscillator calibration. Initialization will be maintained in data hold for up to five minutes prior to launch. Other considerations It is beneficial to the 81mm mortar effort if a path from technology demonstration to objective tactical use is defined. For that reason, secondary consideration will be given to receivers that currently have or are planned to have the following: L2 capability, P(Y) capability, M-Code capability, Direction Finding capability, Uplink capability, trajectory aiding capability, anti-jam protection, severe electromagnetic environment survivability, dedicated onboard processor for user apps (preferably compatible with commercially available support tools), output of pre-PVT (Position, Velocity, Time) data (e.g. pseudo range). Peripheral SupportAdditional consideration will be given to vendors who provide documentation of peripheral support in the following areas:. Vendor has unique software capabilities and functions. Vendor can supply developed interface and diagnostic software. Vendor can supply a user interface kit. Vendor can supply user and technical manuals. Vendor can supply technical assistance to aid in the integration of the vendor's receivers into specific test platforms. The vendor shall complete the Vendor Specifications table attached, provide a rough estimate of the cost per unit, delivery time after receipt of order, provide legacy/history of the product (i.e. product maturity and uses on other programs, if applicable), and if a COTS item - the part number. The expression of interest shall adhered to a five (5) page submission limit, plus any commercial marketing information, brochures, or web links. This market research announcement is not considered a commitment of any kind by the Government and individual correspondence should not be expected in advance of any resulting pre-solicitation notice for proposal requirements. The North American Industry Classification System (NAICS) code is 334220 with a size standard of 750 employees. If you have any questions, please send them to alexander.delguidice@navy.mil. Please reference N00178-10-Q-1910 on any correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017810Q1910/listing.html)
 
Record
SN02131363-W 20100425/100424000045-54e599acf58b77e0461d67f15ee71809 (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.