Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOLICITATION NOTICE

10 -- Market Survey for Ground Moving Target Indication (GMTI) systems - RFI

Notice Date
11/1/2012
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Headquarters, Department of the Army, ASA(ALT), 5109 Leesburg Pike, Suite 302, Falls Church, Virginia, 22042
 
ZIP Code
22042
 
Solicitation Number
NVRSTA__2012-01
 
Archive Date
11/24/2012
 
Point of Contact
Michael E. Lebrun, Phone: 7037049308
 
E-Mail Address
michael.e.lebrun2.civ@mail.mil
(michael.e.lebrun2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Word Document version of notice details. Market Survey for Ground Moving Target Indication (GMTI) systems 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 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 or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army 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 or to otherwise pay for the information submitted in response to same. The Army is conducting market research to determine the status of currently available commercial products and technologies that are capable of providing Ground Moving Target Indication (GMTI) Radar systems. The Army is primarily interested in products with technologically mature sensor systems and/or a commercial off the shelf (COTS) sensor solutions consisting of hardware, firmware, and software that will provide high resolution day/night visibility with automated detection features that enhance the Army's Intelligence, Surveillance, and Reconnaissance (ISR) portfolio, can be put into service with minimal training, and increases operator effectiveness. Salient and desired characteristics of the GMTI Radar system include: Sector coverage for detection, monitoring and tracking capability against mounted and dismounted targets of interest out to 10 kilometers range in a day/night environment with alerts to prompt slew-to-cue of optical sensor to area of interest or to an area of interest identified by the operator; Scan rate adequate to detect and track individuals and vehicles between points of interest and provide alerts that allow other sensors to assess moving personnel and vehicles within the detection area. Scan area selectable by the user to optimize the detection scan to the surrounding terrain, to filter out high traffic areas or areas under continuous surveillance by other systems, and to focus detection scan on areas of interest. The system must output GMTI detection data in STANAG 4607 so that data may be ingested by local operations centers. Preferred mounting of sensor would be to existing Base Expeditionary Targeting Surveillance System -Combined (BETSS-C) or Legacy Rapid Aerostat Initial Deployment (RAID) 80 or 107 foot tower, but is not required. The system must be operable by a skill level 1 soldier that has some knowledge/training of ISR equipment currently fielded in Afghanistan or other South West Asia (SWA) theaters of operation. In the event the Army determines that commercial solutions are feasible, it will be necessary to assess industry's ability to commence high rate monthly production within 3 months from contract award leading to delivery and platform installation of a notional quantity of 100 or more systems on or before the end of 2nd Quarter 2013. Interested sources are requested to provide complete descriptions of existing products or products that will be available for delivery within the timeframe indicated above. Industry responses must include sufficient documentation to support any claims that their system performance will meet the minimum performance capabilities contained herein. Such documentation may include system technical specifications, product brochures and related literature, performance test data, system drawings and/or photographs, or any other data to support the state of system development and or production readiness. Additionally, industry responses are to specifically include an outline of supply chain considerations with emphasis on any known long lead items that may adversely impact high rate production in an accelerated environment. Any limitations to ramping up to high rate monthly production and system integration considerations must be addressed along with proposed resolutions to potential production impediments. Industry responses should include a Microsoft Project Integrated Master Schedule (IMS) with projected monthly production capabilities to include critical subcontractor, critical program events, and vendor production capacity along with estimated unit prices assuming a notional 1 November 2012 award date. Responses to this RFI are due by 1700 hours on 9 November 2012. Technical questions and industry responses to this RFI are to be sent via email to Michael Lebrun at michael.e.lebrun2.civ@mail.mil. All material submitted in response to this market survey must be unclassified. Interested parties possessing the capacity to deliver products meeting the requirements outlined above are requested to 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 a GMTI Radar solution to include a detailed design; procurement of subsystems and components and the integration of sensor components onto existing tower systems; rigorous contractor test and integration data; supporting technical documentation; and, operation and sustainment considerations. Responders should also fill out the attached parametric chart for their proposed sensor solutions 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. 7. Will the Vendor be able to have a complete "Production Representative" Unit available to demonstrate at FT. Huachuca, AZ? YES or NO. Commencing 1 December 2012, 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 government's feasibility assessment. It is anticipated that any such sessions would not exceed 2 hours and will be held at Fort Belvoir, VA. Additionally, the government may allow interested parties an opportunity to provide a demonstration of their GMTI Radar solution integrated onto a government provided tower specification(s) to be provided under separate cover] in a field environment. It is anticipated that the demonstrations would take place at Ft. Huachuca, AZ over a 3 day period in the mid January to mid February 2013 timeframe. Participation in this demonstration will be entirely voluntary and any expense associated with a decision to participate will be borne entirely by the company. All participants in the demonstration must be US citizens and have at a minimum, a SECRET security clearance. Prior to the demonstration, participants will be required to provide a one day training session for operators of the sensor and will be required to execute a product demonstration liability disclaimer. The demonstration is a continuation of this 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 from will be treated as information only. No entitlement to payment of direct or indirect costs or charges 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 a GMTI system acquisition strategy. This announcement concerning a GMTI Radar 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 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.   Parameter Example System Value Response System Value Range Coverage Per Mode Ex: Mode1-100m - 3000m; Mode2 - 3000m - 15000m Range Resolution Per Mode Ex: Mode1-5m; Mode2-10m TLE50 Ex: 50m @ 10 km MDV List in m/s Scan Rate per mode* Ex: Mode1 - 15 deg/s; Mode2 - 5 deg/s Scan Type Ex: mechanical, rotating (continuous - slip ring) Sector Scan Capable? List minimum - maximum sector size or sectors that are possible Does sensor use monopulse? Yes or No Does System use interferometric techniques? Yes or no; if yes what is the required antenna baseline Antenna Beam-widths (3dB) Ex: Azimuth - 3 deg; elevation - 10 deg; Peak Tx Power List in Watts Waveform Type: FMCW; LFM-pulse; etc. Pulse length per mode List pulse lengths in microseconds for each mode waveform System Duty Cycle per mode Ex: Mode1- 10%, mode2 - 20% PRF's per mode List PRF set for each mode Data Output Type List format, Example: STANAG 4607 Tracker? Does system have a Tracker? If so what type: MHT, Kinematic, etc. Sensor Size List LRU dimensions Sensor Weight Total system weight in lbs Sensor Power Total required prime power in Watts *if sensor does not "scan" in the traditional sense then list the revisit time per frame/sector and explain frame/sector size
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/Various/DASA/NVRSTA__2012-01/listing.html)
 
Place of Performance
Address: PM NV/RSTA, ATTN: SFAE-IEW-NV, 10221 Burbeck Road, Fort Belvoir, Virginia, 22060-5806, United States
Zip Code: 22060-5806
 
Record
SN02922711-W 20121103/121101234314-ce4c982d1302410c6b285099f06ea4d1 (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.