Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
MODIFICATION

10 -- This modification changes the response date on items dated 16 SEP 2010 to 23 SEP 2010. Complete text as revised appears below:

Notice Date
8/30/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T10RS210
 
Response Due
9/23/2010
 
Archive Date
11/22/2010
 
Point of Contact
Phil Hansel, 4103063495
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(phil.hansel@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CECOM Contracting Center, the BETSS-C project, US Army, is seeking comments on the draft BETSS-C Standard Ground Station (SGS) Generic Sensor Interface Control Document (GSICD). Interested sources are requested to provide comments on the attached DRAFT ICD by 1700 Hours, 13 August 2010 to Tom Conway at thomas.conway1@conus.army.mil. White Paper submissions are due by 1700 Hours, 23 September 2010 to Tom Conway at thomas.conway1@conus.army.mil. All material submitted in response to this market survey must be unclassified. This Request For Information (RFI) is for planning purposes only and shall not be considered as Request for Task Execution Plan (RTEP) or as an obligation on the part of the Government to acquire any services or hardware. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by or to the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals nor the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, nor received for this effort. The information provided may be used by the Army/Government in developing its acquisition strategy, Performance Work Statement, and Performance Specification. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI and does not intend to, in any way, pay for the information submitted in response to same. The RFI and related attachment are posted on the CECOM Life Cycle Management Command Interactive Business Opportunities Page (IBOP) under the cabinet entitled CECOM-Market Research, sub folder CECOM BETSS-C Standard Ground Station. Interested sources should request access to the IBOP web page at, https://abop.monmouth.army.mil. Help with the IBOP site can be obtained from the web site or by calling (732) 427-1663 or (410) 306-3480. Background / Objective The Army is conducting market research to determine the status of currently available commercial standards for ingesting, archiving and disseminating sensor imagery and data. Ultimate goal is to establish a generic and open architecture that is plug-and-play for a wide range of sensors to include Electro-Optic (EO), Infrared (IR), Radar, acoustic, and other types of sensors used in Base Defense (BD); Force Protection (FP); and Intelligence, Surveillance and Reconnaissance (ISR). This open architecture will be based upon commercially available standards and recommended practices. It will include Full Motion Video (FMV), still imagery transport, and transport of related data and metadata (time, date, location, etc.). The standard will also include non-imaging sensors such as Moving-Target Indicator (MTI) radars and acoustic sensors. The standard will also include control of these sensors both directly and remotely. This Interface Control Document (ICD) is intended to be used in the Cerberus system and it is the intent that this ICD will be used in an expanding array of EO, IR, BD, FP, ISR and other sensors and sensor systems. The standard will allow this array of sensors to be put into service with minimal training, and increase operator effectiveness. The purpose of this ICD is to define an open, standard interface that will enable third party vendors to deliver systems and sensors that can directly interface with the BETSS-C* Standard Ground Station (SGS) by implementing the command set and sequences as detailed in the ICD. The ICD is based upon the Security Equipment Integration Working Group (SEIWG) 0100 series, an XML message based ICD. Currently, the ICD-0101A for Command Control and Display Equipment (CCDE) that supersedes the SEIWG ICD-100, was selected as the basis for the SGS Sensor ICD for several following reasons: 'Industry standard already used by many available sensor devices, and backward compatible with its predecessor ICD-100 'SGS already has an ICD-100 software adaptor module in BETSS-C work station to support MSTAR, Cerberus, SR-Hawk, and TASS ' Supports sensor platforms containing one or more sensors, as well as, individual sensors ' Extensible, flexible ' Provides support for integrating imaging, video and other sensor types as well as, other C2 systems ' It supports subscription- and non-subscription-based sensors and systems ' Standard naming convention for consistent identification of platforms and devices ' Provides basic guidelines for message flows to increase standardized handling across sensor types Submissions This ICD may have to be extended to include additional functionality particular to the Cerberus system, such as additional laser designation functionality. An abbreviated ICD 0101A is attached for comment. Explicit SGS/Cerberus functionality is melded into the document to correlate requisite functionality to explicit ICD 0101A sections (sensor types). This is only a first draft and it will be iterated based upon responses to this RFI, as well as on-going updates per the SEIWG. Responses may include additions, deletions and changes of any kind based upon current or evolving ICD 0101A. Responses may also include other standards but keep in mind that ICD 0101A is current standard of choice. All responses must include criteria and rationale for recommendations. Industry responses must also reference sufficient documentation to support any claims that recommendations will enhance the goal of a truly open, plug-and-play architecture. Such documentation may include technical specifications such as data rates, related literature, performance test data, or system architecture drawings to support the recommendations. Responses should also include projected uses and capabilities of recommended standards. Interested sources are requested to provide comments on the attached DRAFT ICD by 1700 Hours, 13 August 2010 to Tom Conway at thomas.conway1@conus.army.mil. All material submitted in response to this market survey must be unclassified. In addition to submitting comments on attached DRAFT ICD, interested parties possessing the capacity to deliver an open architecture and/or products meeting the characteristics outlined in the draft ICD are requested to also provide a White Paper describing: 1. Corporate capabilities, past and current relevant performance information, available facilities and assets. 2. Technical and management approach for executing an open architecture that can feed the BETSS-C SGS. 3. A cost estimate on a Rough Order of Magnitude (ROM) to meet or exceed the notional requirements outlined above. 4. A supporting program schedule that represents a low risk approach to meeting the objectives outlined above. 5. An assessment of the associated risks for this program and respective risk mitigation approaches. 6. Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. There are no limitations on length of White paper but given relatively short time-frame, no more than 10 pages is expected with very basic information. The Government may afford interested parties an opportunity to discuss the contents of their White Papers during an industry one-on-one session where it is envisioned the parties will engage in an active information exchange dialogue to aid in the Governments feasibility assessment. It is anticipated that any such sessions would not exceed two hours and will be held at Fort Belvoir, VA. Additionally, the Government may allow interested parties an opportunity to provide a demonstration of their sensor connectivity/networking to the BETT-C SGS box solution integrated onto a Government-provided tower [specification(s) to be provided under separate cover] in a field environment. Participation in this demonstration will be entirely voluntary and any expense associated with a decision to participate will be borne entirely by the interested company. All participants in the demonstration must be US citizens. White Paper submissions are due by 1700 Hours, 23 September 2010 to Tom Conway at thomas.conway1@conus.army.mil. And again, all material submitted in response to this market survey must be unclassified. This is a market research effort and is being used for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Participation in the demonstration and any results gathered there will be treated as information only. No entitlement to payment of direct or indirect costs or charges to or by the Government will arise as a result of contractor participation in the demonstration. The contractor grants the Government unrestricted rights to use any data gathered during the demonstration for use in assessing the feasibility of proceeding with an acquisition strategy. This announcement concerning an open architecture description or product demonstration does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information derived from the product demonstration may be used by the Army in developing its acquisition strategy and Statement of Work/Statement of Objectives and Performance Specifications. The contractor is solely responsible for adequately marking proprietary or competition sensitive information provided to the Government. The Government does not intend to award a contract on the basis of this request for information, product demonstration or to otherwise pay for the information submitted in response to this market survey. At its sole discretion, the Government may provide participants with an informal written assessment of the capabilities demonstrated during this phase of the market research. The Government will not provide a full system capability debrief or assessment of the systems performance at the conclusion of the demonstration. *BETSS-C is the Base Expeditionary Targeting and Surveillance Systems Combined.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/69199a1a6305c8c91bdaad6d5593ecf9)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02260995-W 20100901/100830235741-69199a1a6305c8c91bdaad6d5593ecf9 (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.