Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
MODIFICATION

70 -- MOD: Conducting Market Rsch for potential sources that possess the capability to provide development and acquisition intiatives to deliver communications capabilities using X-Band SATCOM Communications on the Move (XCOTM) system.

Notice Date
2/7/2011
 
Notice Type
Modification/Amendment
 
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
2/18/2011
 
Archive Date
4/19/2011
 
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 18 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. QUESTIONS/ANSWERS to RFI: 1)Platforms: a)Will aircraft be fixed wing, helicopter and/or UAV's? Fixed Wing; actual aircraft TBD b)Is there an environmental or mission vibration specification? Specs TBD 2)Mounting: (RFI gives specific base dimensions.) See COTM_Volume.png file a)What is the specific mounting plate that this is modeled after? b)Is this representative of a particular platform? c)Will there be any obstructions around the baseline mounting position or is it recessed in any way? d)What are the power availability/limitations, if any? e)Do the dimensions stated refer to volume or just the two dimensional base plate mount? Is a drawing of the useable volume available? f)Can you provide a drawing/picture of the volume restrictions? g)Will the Radome be part of airframe structure or is it contractor provided to fit the antenna terminal? ANSWER: Radome is part of airframe structure 3)Design a)Is Mil-STD 461F and 810G compliance required? If this becomes RFP, select MIL-STD compliance may be required. b)Does the power supply need to be inside the terminal or can it located inside the platform? Vendor can show pro/cons of either approach. c)What is the specification for the platform power source? 60Hz and 400Hz power is available 4)Satellites and Link maintenance a)Will the system be allowed to use GPS for its position vector determination? Yes b)Does GPS need to use SASM or is commercial GPS acceptable? Commercial is acceptable. 5)Testing - Answer: Testing is not in the scope of the RFI a)What type and duration of testing would be expected to occur in 2011? b)What TRL level should the test prototype be at? c)Will WGS or Commercial Sat's be used for the initial test target? d)What level of GFE support can be expected during testing? 6)ROM Assumptions - Answer: The RFI defines the information Government expects to see in the response. a)What is the expected period of performance, (calendar and total weeks/months/years) for the test program? b)What TRL will be the target at completion of development testing? c)Are there target delivery quantities and production rates to be used for manufacturing and risk calculations? 7)Operations a)What are the maximum roll and pitch angles the platform will see? Spec not yet defined b)What is the highest and lowest latitude that the system will be deployed at? +/- 65 degrees c)What is the minimum look angle that the antenna should perform at? Spec not yet defined d)Is there a specification or requirement detailing the platform movement/slew rates and accelerations? Spec not yet defined but current capability would be interesting to learn. e)Are there any line of sight transmission obstructions? Spec not yet defined 8)Question: Is the targeted aeronautical product for a tail pod or hatch mount configuration? Answer: Could be both Hatch and Pod 9)Question: What is the anticipated field of view and is there a minimum elevation requirement and if so what is the minimum Tx Gain and G/T? ANSWER: NO MINIMUM ELEVATION REQUIREMENT... WE ANTICIPATE A PARABOLIC SOLUTION WHICH IS AN ADVANTAGE WITH RESPECT TO THE ELEVATION QUESTION COMPATRED TO TODAYS TECHNOLOGY IN PHASED ARRAYS..FOR MARITIME AMND AIRBORNE APPS WE MAY SEE LESS THAN 0 DEGREE LOOK ANGLE REQUIRMENTS.. irt G ON T AND EIRP.... WE PLAN TO USE THIS ANTENNA ON COMMERCIAL X BAND AND WGS... WE DID THE CALCS TO ENSURE 13 INCHES WAS THE RIGHT APERTURE FIGURING PSD LIMITS FOR X BAND... TYPICAL XMIT/RCV DATA RATES WE WANT TO ACHIEVE ARE GREAter than 1 mbps full dux with a reasonable top end given the size on an SSPA no larger than 75 watts...... 10)Question: What analysis is driving the expectation of a 13" parabolic dish solution? ANSWER: ARSTRAT provided maximum off-axis EIRP Spectral Density level agreements with adjacent satellite owners. This off-axis ESD was used to calculate the smallest dish size that would allow for a transmit data rate of 6Mbps, operate in the X-Band frequency range, and not violate the agreements. For planning purposes, the most restrictive case for off-axis EIRP Spectral Density is -37.00 dBW/Hz at 5.8. 11)Question: The RFI seems to indicate the same solution is desired for ground, air, maritime when in fact all three are very different environments with dramatically different requirements particularly on the positioners. Can you further elaborate for which vehicles the customer is interested? Paved vs Churchville B ground mobile? What types of maritime vessels and sea state conditions under which the system needs to operate? Which aircraft are of interest? What might be fine for a low flying slow King Air would not be fine for a high flying jet like a C-17 e.g. And without rotor blockage mitigation (modem, waveform and land earth station), rotorcraft are probably not an option at above L band. ANSWER: The government is initially interested in learning about the vendor's capability to provide an antenna system to be used on a fixed-wing aircraft within an existing radome. Vendors do not need to plan on rotor blockage. The key factor, initially, is the ability to fit within the size constraint of the existing radome. The Government understands that different positioners may be needed for ground vehicular and/or maritime use and that may necessitate a larger and/or heavier solution for these platforms. The Government would prefer to re-use as many components as possible (e.g. reflector, RF components, filters, etc.). 12)Question: Can you elaborate on the minimum requirement of complying with the baseplate requirement? I am not understanding the limitations implied. It would seem that the available height could only support closer to an 8" dish e.g. ANSWER: The system shall fit within a volume described by a hemisphere with a radius of 6.55" above a cylinder with a radius of 6.55" and height of 6.55". 13)Question: Does the polarization need to be remotely switchable mid-mission, or is the polarization only needing to be pre-mission configurable? ANSWER: The polarization only needs to be selected/changed pre-mission. Polarization will not change during mission. NO MORE TECHNICAL QUESTIONS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7e7504d8b88b9f1a06a3698592ec2ce2)
 
Place of Performance
Address: CECOM Contracting Center, Fort Detrick (CECOM-CC) ATTN: SFAE-PS-TAO-C, 1671 Nelson Street Fort Detrick MD
Zip Code: 21702-5044
 
Record
SN02374700-W 20110209/110207234433-7e7504d8b88b9f1a06a3698592ec2ce2 (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.