Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2011 FBO #3662
MODIFICATION

A -- Next Generation Electronic Warfare Environment Generator (NEWEG)

Notice Date
12/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
11032011E
 
Archive Date
12/31/2011
 
Point of Contact
Nathaniel Miles Dean, Phone: 3017579720
 
E-Mail Address
nathaniel.dean@navy.mil
(nathaniel.dean@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
For this Effort NAICS Code: 334515 334516, 334418, 334419, 334111, 335999, 334511 (For Teaming Purposes) 1. SYNOPSIS The United States Navy is seeking information from interested parties on a Next Generation Electronic Warfare Environment Generator (NEWEG). Electronic Warfare (EW) threat simulation capabilities must meet ever-expanding requirements for future strategic, tactical, and support aircraft with electronic combat support systems. These requirements are the result of the increasing sophistication and capabilities of threat radars and the increasing enhancements in detection and processing capabilities of EW systems. To keep pace with these new requirements, the DoD requires a higher fidelity stimulation capability and closer correlation between ground testing and flight testing. Higher fidelity stimulation capability will further reduce overall test costs and allow greater reliance on ground test results. A new generation of EW simulators/stimulators must make use of state of the art technologies, modular scalable architectures, high speed processing, and integrated radio frequency (RF) subassemblies. The Test and Evaluation (T&E) community requires advanced software models for platform motion, direction finding, signal modulation, and environmental effects. Testing current and future Electronic Attack (EA), Electronic Support Measures, and sensor fusion systems require these capabilities. EA capabilities using Electronically Scanned Array (ESA) or Active Electronically Scanned Array (AESA) technologies are enhancing performance gains (i.e., transmitting multiple simultaneous beams), reliability, and maintainability. In order to keep pace with this new EA technology NEWEG will need to sense the jammer beams, determine their direction, characterize the waveforms, deduce the intent and impact, and generate an appropriate response simultaneously. The NEWEG will be an open architecture system that will expand the current capabilities of EW simulators/RF stimulators and allow for sharing of information between testers, trainers, simulators and outside entities. 2. PURPOSE The purpose of this RFI is to seek information on current and future technologies that the government can leverage to meet the capabilities described in paragraph 3. Cost and schedule are major considerations; therefore, the government is interested in information for individual subsystems defined in paragraph 3 and the attachments. It is the government's intention to purchase four subsystems as described herein. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This RFI does not commit the government to contract for any supply or services whatsoever. Furthermore, we are not seeking proposals at this time. The government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Safeguarding of proprietary information will be in accordance with all applicable government regulations. Proprietary information or trade secrets should be clearly identified. The government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. (a) The government does not intend to award a contract based on this RFI or otherwise pay for the information solicited. (b) Responses to this RFI do not constitute a proposal and will be treated as information only. Responses to this notice are not offers and the government cannot accept them to form a binding contract or agreement. The government will not be obligated to pursue any particular acquisition alternative because of this RFI. The government will not return any RFI responses. Not responding to this RFI does not preclude participation in any future solicitation to the NEWEG project. 3. NEWEG CAPABILITY INFORMATION SOUGHT The NEWEG will be an open architecture system designed to support technology insertions and address obsolescence over the expected ten-year life span, with only minor refurbishments during that time. The current notional design consists of four independent subsystems connected together via strictly controlled power, digital, timing, intermediate frequency, and RF interfaces described in detailed government owned Interface Control Documents (ICD) and Interface Design Documents (IDD). The government will integrate these capabilities as four independent subsystems into the overall NEWEG system. The government's current intention is to acquire unrestricted rights for government use for all software, development systems and resources required to rebuild, execute and modify that software. The overall NEWEG system will support the following Key Performance Parameters (KPP): a. The operating bandwidth will have a threshold value of 70 MHz to 40 GHz with an objective value of 20 MHz to 100 GHz. b. For pulse density, the threshold requirement is 5 MPPS with an objective of 8 MPPS. c. The NEWEG system will have a minimum threshold value of 60 ports plus 1 RF monitor port in the 500 MHz to 18 GHz range; 4 ports plus 1 RF monitor port in the 70 MHz to 500 MHz range; and 4 ports plus 1 RF monitor port in the 18 GHz to 40 GHz. The objective value is 120 ports plus 1 RF monitor port in the 500 MHz to 18 GHz range; 8 ports plus 1 RF monitor port in the 70 MHz to 500 MHz range; and 4 ports plus 1 RF monitor port in the 18 GHz to 40 GHz range. Each RF monitor port will support the combined output for all ports specified in its respective frequency band. d. All signal levels, timing and data will reflect the scenario conditions as seen from the point of view of the System under Test (SUT). The four subsystems described are as follows: a. Software System Control (SSC) - The SSC subsystem provides an executive level control containing the programs and data that define the simulated environment. It provides the capability to create, edit, monitor and operate real-time scenario simulations. It provides operator interface to display and control data, timing, monitor subsystem status and active scenarios. It provides the capability to create threat emitter definitions. The SSC will store the data, scenarios and libraries used to define the simulation environment. It will provide real time modeling of the emitter parameter changes as well as platform and host aircraft trajectories in an Electronic Order of Battle (EOB). The SSC will also control overall system calibration, maintenance and troubleshooting functions. All operator interaction will take place through the SSC. Additionally, it must support TENA, HLA and DIS protocols, as well as JIMM and DIADS external interfaces. b. Digital Generator (DGEN) - The DGEN subsystem receives commands and data from the SSC and translates the programmed environment into a digital pulse descriptor set of words and commands. It performs all pulse-to-pulse calculations required to generate a complex emitter environment in real-time. The DGEN also handles the calculating and scheduling of pulsed descriptor waveforms for up to 8 MPPS for pulsed and modulations for non-pulsed signals. c. Radio Frequency Generator (RFGEN) - The RFGEN subsystem transforms the commands from the DGEN subsystem into real-time RF pulses with proper emitter modulations in frequency, time, amplitude, Doppler and phase as directed by the DGEN on a pulse-to-pulse basis for pulsed signals and near continuous for other signals. The RFGEN will transmit these signals either free-space radiation or by direct-injection using RF-over-fiber devices or RF cabling to the SUT. d. Monitor and Analysis (MAA) - The MAA subsystem provides the RF receiver capability to monitor, distribute and record digital and RF data for analysis. It will also provide the capability to replay recorded data and monitor tests. The MAA will incorporate calibration functionality. All MAA capabilities will be provided to an external interface to allow SSC and external systems access to on-going tests. The MAA provides the RF receive capability for test monitoring, calibration and SUT signals (including jamming). It also includes the RF distribution capability for the received RF, IF, video or digital output. Closed-Loop feedback into the SSC in response to received RF provides the coherent jammer analysis capability and real-time monitoring of the RF signals generated by the SUT. Companies may provide government points of contact to corrobate information provided on each sub-system. 4. FUTURE CONCEPTS The government is interested in any future concepts or projects, which your company is working that may relate to the NEWEG project. Please submit a separate report (maximum of 10 pages) on any systems, ideas, concepts, etc., which your company is currently working, is considering working, or has completed recently that could potentially bring added capability to, or reduced the cost of, this project. 5. SAMPLE RESPONSE OUTLINE The following is an outline for a response to this RFI. Please provide the following per subsystem response. This outline will minimize the effort of the respondent and structure the responses for ease of analysis by the government. Section 1 Technological Capability Identify technological capability related to the subsystem addressed. Identify open architecture, Commercial Off the Shelf (COTS) components, software and methodologies employed for signal and antenna pattern development. Identify target processors, operating systems and development environments. Identify any proprietary aspects. Identify interface standards used. Identify Built-In-Test (BIT) capability and calibration techniques. Section 2 Technological Alternatives Briefly describe one or more technological alternatives, including the reliability and technology readiness characteristics of the alternatives. Future State Concepts - The government is entertaining the idea of pursuing potential SBIR grants and other similar vehicles for new and pertinent technologies. Please provide any information, future concepts, ideas, or plans for future development that may assist any of the four areas described above. Section 3 Feasibility Assessment Briefly describe the feasibility of each alternative and the design tradeoffs involved as matched against the functional requirements and risks. Section 4 Cost and Schedule Estimates Provide Rough Order of Magnitude (ROM) cost and schedule estimates to include a confidence estimate. These assumptions are for cost estimation purposes only and the government is only seeking this information for market research purposes. This is not a request for proposals. It is not the expectation of the government that the contractor will provide a complete cost proposal. Projected costs with tradeoffs possibilities are preferred. In addition, the government requests cost breakdowns showing the price differentiation between Unlimited, Government purpose, and Limited Use data rights. Section 5 Corporate Expertise Briefly describe your company, your products and services, history, ownership and other information you deem relevant. In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach and any relevant lessons learned. Highlight your ability to work multi-vendor, government integrator programs and approaches used to ensure success. Section 6 Additional Materials Provide any other materials, suggestions and discussions you deem appropriate. Include any additional requirements the government has not identified in the attachments. Discuss any R&D into new technologies you are working that may relate to this project. Additional, the page limit does not include any related materials. (Eg. Brochures, sales literature, etc.) Section 7 Small Business Utilization What percentages of the various small business socio-economic categories (e.g., Veteran Owned, 8-a, Hubzone, etc.) are achievable in specific tasking areas and/or overall? What tasking would small business be most able to perform for this effort? 6. SUBMISSION OF RESPONSES All responses must include the following: Company Name: Company Address; Company Business Size; and Point of contact (POC) with phone number, fax number and email address. Interested businesses should submit responses to this RFI to the contracting office using MS Word (12-point Times New Roman font, single-spaced), addressing the areas requested to the POC below. Submissions must be limited to no more than 20 pages per subsystem and 10 pages for any additional report covering any future concepts. Electronic submissions are permissible to the following email address: Contact Information Contract Specialist Nathaniel M. Dean Nathaniel.Dean@navy.mil 301-757-9720 Address: NAVAL AIR SYSTEMS COMMAND AIRCRAFT DIVISION Contracts Competency 21983 Bundy Road, Bldg 441 Patuxent River, MD 20670 Attn: Nathaniel Dean Responses may cover all or part of this RFI. Proprietary information must be clearly marked. The government will not be responsible for any proprietary information not clearly marked. The government will not reimburse any preparation cost. Companies may also submit supplemental hardcopy materials such as brochures (10 copies each) to Nathaniel Dean at the above address. You may submit corporate information if you are a possible interested source. The government may contact RFI respondents to get clarification on the information submitted. 7. INDUSTRY DAY NAVAIR will host an Industry Day to elaborate on the NEWEG project objectives, requirements and subsystem highlights. Industry Day will take place November 17-18, 2011. The Southern Maryland Higher Education Center, 44219 Airport Road, California, MD 20619, will host the Industry Day. Check-in for attendees will occur between 0800 and 0830. The presentation will begin at 0900. Program briefings will be from 0900 to 1600. Lunch is not provided as part of Industry Day, but a lunch break will occur between 1200 and 1300. One-on-One meetings for potential contractors will take place on November 18 from 0730 to 1700. If more companies request One-on-One sessions than can fit into a single day, the government reserves the right to extend the One-on-One timeframe to allow for additional meetings so all potential contractors will have an equal opportunity and equal time. The government will announce follow-on One-on-One sessions at a later date if more are necessary. Pre-registration for the NEWEG Industry Day is required. To register for Industry Day, provide your company name and a list of attendees (with phone numbers and email addresses) to Allen Hansen at allen.hansen1.ctr@navy.mil no later than November 15, 2011. Registration for the Industry Day does not automatically register a company for a One-on-One session. Please note in your request sent to Mr. Hansen if your company is requesting a One-on-One. You can find the rules and questions for the One-on-One sessions on the FedBizOpps web site as an attachment to this posting. Please submit all questions to the government via email to Nathaniel.Dean@navy.mil by November 23rd at 11am. After collecting the questions and developing the answers, the government will sanitize and post them to the FedBizOpps web site. We are unable to accept registrations by telephone. Security clearances are not required and all discussions will be unclassified. Government contractor support personnel may attend Industry Day to provide administrative support. These companies include American Electronic Warfare Associates (AMEWAS), Assurance Technology Group (ATG), Tybrin and Synergy Aerospace Incorporated. The government has implemented an OCI risk mitigation plan for this effort. Industry Day will be an UNCLASSIFIED meeting. All information discussed must be unclassified. Any information or ideas shared during this Industry Day may be used to develop NEWEG technical and/or acquisition documents. Contracting Office Address: NAVAL AIR SYSTEMS COMMAND AIRCRAFT DIVISION Contracts Competency 21983 Bundy Road, Bldg 441 Patuxent River, MD 20670 Attn: Nathaniel Dean Point of Contact(s): Michael Utzig, Tel (301) 995-2360 Fax (301) 995-2583 Email: michael.utzig@navy.mil 8. Important Information Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award and payment from any DoD activity. Registration in the DoD's CCR database shall be a prerequisite for receiving an award resulting from this RFI. You may obtain information on registration and annual confirmation requirements for CCR by calling 1-888-227-2423, or by accessing the CCR web site at http://ccr.dlsc.dla.mil or www.ccr2000.com. RFI Responses are Due on 12-16-2011, at 3pm, to Nathaniel.Dean@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/11032011E/listing.html)
 
Record
SN02632319-W 20111204/111202233923-37a16274be8a1eda4304a1deb7970dd1 (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.