Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOURCES SOUGHT

70 -- Conducting market research for potential sources that possess the capability to provide development and acquisition initiatives to deliver communications capabilities using a X-Band SATCOM Communications on the Move (XCOTM) system.

Notice Date
1/20/2011
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
CECOM Contracting Center, Fort Detrick (CECOM-CC), ATTN: SFAE-PS-TAO-C, 1671 Nelson Street, Fort Detrick, MD 21702-5044
 
ZIP Code
21702-5044
 
Solicitation Number
W904TE-11-T-XCOTM
 
Response Due
2/11/2011
 
Archive Date
4/12/2011
 
Point of Contact
Michelle Maldonado, 301-619-6350
 
E-Mail Address
CECOM Contracting Center, Fort Detrick (CECOM-CC)
(michelle.maldonado1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army PEO-EIS Technology Applications Office is requesting information from responsible sources and commercial agencies to address possible near-term development and acquisition initiatives that will deliver communications capabilities for airborne, ground, and maritime platforms using an X-Band SATCOM Communications on the Move (XCOTM) system. The XCOTM will provide the necessary connectivity from airborne, ground, and maritime internal communications systems to ground-based DoD/Government/Commercial communications systems. XCOTM will support voice, data, and video services that enable military forces to collaborate and oversee the full range of military operations. The XCOTM is expected to operate on commercial X-Band satellite constellations (e.g. XTAR, Paradigm, etc.) as well as the Government's Wideband Global SATCOM (WGS) constellation. As a result, XCOTM terminal must be designed to meet commercial and WGS terminal certification requirements. Based on the Government's initial analysis, the target antenna size for the XCOTM is approximately 13" in diameter. A center-fed, circular, parabolic antenna is anticipated, but alternative solutions will be considered. Since off-axis spectral density is a key consideration, antenna patterns will be needed for analysis. A minimum Effective Isotropic Radiated Power (EIRP) of 42dBW is required. A minimum receive G/T is not specified, but the Government is interested in knowing the expected G/T of the XCOTM system, especially when under the anticipated radome. A potential XCOTM acquisition is expected to include all communications equipment needed on board the aircraft, ground vehicle, or maritime vessel, including terminal, waveguide, cabling, amplifiers and other RF equipment, radomes, antenna control systems, software, and installation and integration (I&I) hardware. While slight variations are expected in the three variants, the majority of the antenna, RF, and mechanical components are expected to be common. At a minimum, vendor is expected to show that XCOTM system will comply with the following size and weight constraints: Mounting base plate: width: 9.55" and length: 14.21" At the fore end of the base plate, available width is 9.6" and height is 10.44" At the mid-point of the base plate, available width is 13.16" and height is 13.13" At the aft end of the base plate, the available width is 11.66" and height is 13.7" Maximum weight is 50 lbs. Additional information is available upon request The XCOTM system will interface a Government Furnished Equipment (GFE) L-Band satellite modem and necessary data networking equipment including encryption devices. The XCOTM systems will properly upconvert, downconvert, and amplify the L-Band (950-2150 MHz) signal to/from X-Band (TX: 7900-8400 MHz, RX: 7250-7750 MHz). The XCOTM system must be modem-agnostic (i.e. able to connect to any commercial or Government L-Band modem and not be reliant on the modem to acquire or track the satellite). XCOTM will have the ability to transmit using either Right Hand Circular Polarization (RHCP) or Left Hand Circular Polarization (LHCP) while receiving on the opposite polarization. The XCOTM system will have the ability to determine its own physical location (in three-dimensional space), heading, and speed independently from any input from the platform on which it is installed. XCOTM must be able to acquire and track a given satellite when stationary and while moving at speeds between 1 knot (1.51MPH) and 400 knots (460MPH). If satellite acquisition/tracking is lost during operations due to blockage, power loss, or other events, XCOTM must be able to automatically reacquire the satellite without operator intervention at these same speeds within two minutes of regaining a clear view to the satellite. Potential XCOTM solutions that are cost effective, mature, and available in a short timeframe (i.e., ready to test in the first half of 2011) are desired. While the initial capability is expected in X-Band, the Government is interested in seeing a roadmap to eventual operations using Ka-Band spectrum with as little change in components as possible. Companies having capabilities relevant to XCOTM are requested to provide information on systems and subsystems that could potentially support the XCOTM solution. Specific information should include: (1) short description of the capability; (2) anticipated EIRP, G/T, and pointing accuracy (3) block diagram of components; (4) required Size, Weight, and Power (SWaP); (5) status of capability, i.e., in development, operational; (6) technology readiness level (TRL) using the definitions in the July 2009 DoD Technology Readiness Assessment Handbook, with rationale; (7) source of capability; (8) current military and/or commercial users; (9) availability (when deliveries are projected); (10) rough order of magnitude (ROM) remaining development costs and schedule; (11) identification of proprietary components, interfaces, and manufacturing techniques; and (12) risks to implementation. The Capability package must be clear, concise, complete and shall also include (in additional to the technical aspects above), at a minimum; 1) Identify their organization's name, address, telephone number, and point of contact (also with title, phone, fax, and email) on packaging and title pages (The organization name should appear clearly on every page of your submittal and proprietary information must also be clearly marked.); 2) Organization Size/ownership of business, i.e. large, small, small disadvantaged, 8(a), Disabled-Veteran, Veteran, Women-owned Business, and Hub-zone; 3) Number of years in business; 4) Cage Code, DUNS# and Tax ID# (TIN#); 5) Company profile: number of employees, annual sales history, locations and if CCR registered.; 6) Identify if you are a GSA Schedule holders; 7) Affiliate contractor (if potential sub) or subcontractors (if potential prime); 8) Experience and familiarity with providing the requested equipment; and 9) Contract references in the past five (5) years relevant to the requirement to include: contract number, agency supported, whether or not you were the prime or subcontractor, period of performance, original contract value, final or current contract value, technical monitor and phone/fax number, POC with current phone/fax number, and a brief description of the effort. In addition, all responses should be unclassified and marked appropriately to ensure consideration of operational sensitivities (e.g., STINFO). The information received WILL NOT obligate the Government in any manner nor will the Government reimburse companies for any costs associated with submittal of this RFI. This RFI does not constitute an Invitation for Bid or a Request for Proposals, nor should it be considered as a commitment on the part of the Government. Any information obtained as a result of this RFI is intended to be used by the Government on a non-attribution basis for XCOTM program planning and acquisition strategy development. By submitting information in response to this RFI, respondents consent to the release and dissemination of submitted information to any Government or non-Government entity to which PEO-EIS TAO releases and/or disseminates the information for review. As such, to the extent that any information submitted in response to this RFI is marked as, or construed to be proprietary or business-sensitive, respondents are hereby notified (a) about the potential that such information may be disclosed to third parties and (b) that submission of information in response to this RFI constitutes consent to such handling and disclosure of submitted information. NO phone calls and/or request for a Solicitation will be accepted or acknowledged. Company Brochures are NOT desired. The North American Industries Classification System (NAICS) code for this project is 517410. Technical questions regarding this RFI should be directed to Mrs. Michelle Maldonado, 301-619-1713, or michelle.maldonado1@us.army.mil, or mailed to PEO, EIS, Technology Applications Office, ATTN: SFAE-PS-F-TAC (Michelle Maldonado), 1671 Nelson Street, Fort Detrick, MD 21702-5044. The Government requests responses to this RFI submitted NO LATER THAN 11 February 2011. Please limit responses to no more than 15 pages, single spaced. Marketing material are not a sufficient response to the RFI. The responses should be in Adobe Acrobat Portable Document Format (PDF) or compatible with Microsoft Office 2007. Please submit your responses via email to: Mrs. Michelle Maldonado at michelle.maldonado1@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8afb2b2ec26a108db009df9b0f46b2cd)
 
Place of Performance
Address: PEO, EIS, Technology Applications Office ATTN: SFAE-PS-F-TAC, 1671 Nelson Street Fort Detrick MD
Zip Code: 21702-5044
 
Record
SN02363221-W 20110122/110120234230-8afb2b2ec26a108db009df9b0f46b2cd (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.