Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
SOURCES SOUGHT

A -- Rapid 3D Navigation Project - Database Stds

Notice Date
7/13/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
 
ZIP Code
33621-5323
 
Solicitation Number
H92222RAPID3DNAV
 
Archive Date
8/30/2016
 
Point of Contact
Donna W. Guarrera, Phone: 8138267069, Jon Katz,
 
E-Mail Address
donna.guarrera@socom.mil, jonathan.katz@socom.mil
(donna.guarrera@socom.mil, jonathan.katz@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Database Resolution and Accuracy Standards SOURCES SOUGHT Foreign Comparative Test Program Rapid 3D Navigation This synopsis does not constitute an Invitation for Bid or Request for Proposals, and is not to be construed as a commitment by the government to issue an order or otherwise pay for the information solicited. The Program Executive Office for Special Reconnaissance, Surveillance and Exploitation (PEO SRSE) is looking for companies with the capabilities to provide Commercial Off-The-Shelf (COTS), Non-Developmental Item (NDI), or near NDI systems to enable precision navigation in GPS-degraded and/or -denied environments utilizing high resolution 3D terrain databases. The United States Special Operations Command (USSOCOM) intends to apply for approval of a Foreign Comparative Test (FCT) project (https://cto.acqcenter.com) to evaluate candidate systems. USSOCOM is interested in contracting with vendors who are currently using the most advanced technologies in the design and processing of 3D terrain data which, when used in conjunction with Integrated Navigation Systems (INS) can recalculate a platform's positioning based on geo-referencing passive/active sensor feeds. The system should also have the capability to enable detection of GPS jamming and/or spoofing by continuously monitoring the position from GPS and from the 3D database. The government may decide to acquire for testing purposes one or more vendor products that appear to meet or exceed the stated criteria. Further, based on the results of testing, the government may procure and field up five systems including 3D terrain data to meet military operational needs. Vendors must have adequate source and 3D imagery processing capabilities to warrant pre-production testing and limited procurement of test data. Responses are requested of those suppliers who can provide a working prototype ready for test and demonstration purposes on or about 01 November 2016 and capable of meeting the following criteria: 1) High-resolution 3D surface models that can be shown to support existing electro-optical and radar-based terrain navigation systems, improving navigational accuracy and reliability in GPS-degraded/denied environments. 2) Technology can be shown to contribute to terrain navigation systems and real-time precision navigation for manned and unmanned aerial assets, re-calculating the platform's position from the 3D terrain database. 3) Technology can be shown to improve accuracy and reliability through sensor-data correlation in next-generation INS in potentially GPS-degraded/denied environments. 4) Technology can be shown to process 30x30NM databases within 12-18 hours, meeting Component database resolution requirements and geospatial accuracy standards in USSOCOM Directive 71-3, Appendix B (attached). Safety requirements are not yet defined. There will be significant safety requirements/standards which the vendor(s) will have to meet. Responses to this market survey are due on or before 15 Aug 2016, and must include a product description with performance parameters and a statement regarding current availability, summary of prior testing, test reports of resolution and accuracy, and an estimated cost for the price of test articles and production units. Please provide name of firm, address, POC, phone/fax number, and email address. Submit complete responses to: Jonathan Katz Donna Guarrera 813-826-7046 813-826-7069 jonathan.katz@socom.mil donna.guarrera@socom.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222RAPID3DNAV/listing.html)
 
Place of Performance
Address: Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN04181523-W 20160715/160713235202-3e668bad4097b790a0c32760753aeb4c (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.