SOLICITATION NOTICE
A -- The purpose of this announcement is to request white papers for the Vehicle and Dismount Exploitation Radar (VADER) program.
- Notice Date
- 1/16/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-07-R-P014
- Response Due
- 1/31/2007
- Archive Date
- 4/1/2007
- Small Business Set-Aside
- N/A
- Description
- Contact: RDECOM, CERDEC, Intelligence and Information Warfare Directorate (I2WD), Bldg. 600, Fort Monmouth, NJ, 07703, ATTN: AMSRD-CER-IW-RA, David Thomas, email: david.thomas9@us.army.mil Synopsis: Request For Information (RFI) on techniques for the exploitation of Moving Target Indicating Radar data. Description: The purpose of this announcement is to request white papers for the Vehicle and Dismount Exploitation Radar (VADER) program. Responses to this RFI will be reviewed by the Government and may result in an invitation to submit proposals against the BAA for a 3QFY07 award. Award is not guaranteed and the Government does not intend to pay for information received. The goal of the VADER program is to provide tactical persistent surveillance and tracking of dismounts and vehicles over wide areas of the battle space. VADER is a side looking, KU Band, Electronic scanning (azimuth), medium range radar with both very hig h resolution GMTI and SAR modes. The radar system will have four GMTI modes and two SAR modes. The GMTI modes include a wide-area MTI (WAMTI) mode for vehicles, a small-area MTI (SAMTI) mode for dismounts, a High Range Resolution (HRR) sub mode of the WA MTI, and High Range-Doppler Video modes for dismounts. The SAR modes include a spotlight and strip map mode to resolutions as fine as six-inches in spot and twelve-inches in strip. VADER is comprised of three phases. The purpose of this RFI is to support phases II and III which will begin in 3QFY07 and 3QFY08 respectively. The objective during phase II (12-months) is to integrate all technologies into an existing MTI workstation. R eal data will be provided at month 3 to support development. Lab prototype of the integrated workstation will occur at month 9 and full integration and test with live data will occur at month 12. Phase III (6-months) will provide for technology upgrades and insertion of technologies not fully integrated during phase II. Technologies are sought across a number of specified application areas as listed in detail below. MTI exploitation technologies beyond those listed below, will also be considered and are encouraged. (1) Automated Tracking - Algorithms capable of tracking dismounts are sought. Trackers capable of tracking both dismounts and vehicles without aid of a priori classification (dismount vs. vehicle) are desired. (2) Feature Aided Tracking - Tracking algorithms which use signature data derived from high resolution dwells of a target area, to enhance track length and purity are sought. Such algorithms should work, at a minimum, in conjunction with High-Range Resolu tion vehicle signatures. Vendors who have this capability in conjunction with that described in (3) are preferred. (3) Sensor Resource Management - Two core functions are sought through this component. First, is to provide a means of tasking the radar to collect high resolution dwells at the appropriate times in support of (2) above. Second is to provide a means of laying out basic wide-area coverage over multiple areas of interest such that track-ability of targets and coverage are optimized. In both instances this algorithm will have direct control of the sensor. Sensor modes used for wide area applications will i nclude both SAR and GMTI. (4) SAR Coherent Change Detection - A Coherent Change Detection capability is sought for Ku-band SAR Imagery. Techniques should be as robust as possible for pass-to-pass geometry, autofocus and other image effects. Additional capability of the CCD algor ithm to detect/extract change features is desired. (5) GMTI Anomaly Detection/Pattern Matching - Techniques are desired which analyze real-time data streams and produce alerts/alarms when anomalous activities or pre-defined patterns are detected. Anomalous activity may be considered as any GMTI contact w hich does not fit within the normal spatial and temporal distribution of activity in the battlespace. Pre-defined pat terns may be considered as any sequence of GMTI contacts over space and time which have been defined by the user as being indicative of threat activity. Such techniques may use GMTI contacts and/or tracks. (6) GMTI Classification - Techniques are sought which are capable of classifying and/or discriminating life-forms from raw I and Q and/or amplitude only range-doppler data. These techniques should be capable of operating in real-time to support downstrea m tracking components. Real data will be made available in 3QFY07 to support development. (7) GMTI Data Mining - Techniques/tools are sought which provide analysts with the ability to data-mine GMTI histories for particular spatial/temporal events of interest. Toolsets may use contacts or tracks for analysis. In support of integrating each component into a larger workstation, it is desired that the following general design characteristics be considered by all components. All components should be developed to fit within a service-oriented framework (J2EE). All services should be well-defined and self-contained. Additionally, any necessary Graphical User Interfaces should be developed as Java plug-ins. Responses to this RFI should be no more than 10 single sided pages per technology area (as outlined above), of size 10 or 12 font. Responses should clearly convey the underlying technology, level of maturity, sponsor of the work, description of work neces sary to demonstrate the technology and integrate into an existing workstation, and rough magnitude of cost and schedule to achieve desired readiness. Also indicate the security clearance level of the facility and principal personnel doing the work. Responses are to be received by 12:00 EST, 5 February 2007. All information must be in writing or via e-mail. You may forward responses to US Army, RDECOM, CERDEC, I2WD, Bldg. 600, Fort Monmouth, NJ, 07703, ATTN: AMSRD-CER-IW-RA (David Thomas) or the fo llowing e-mail addresses: david.thomas9@us.army.mil and robert.luisi@us.army.mil. Acknowledgement of receipt will be issued. If you choose to submit proprietary information, mark it accordingly. Classified information will be accepted by mail only, but please mark it accordingly and send it via proper channels. Classified information can be sent to US Army, RDECOM, CERDEC, I2WD, Bldg. 600, Fort Monmouth, NJ, 07703, ATTN: Security Office. The inner wrapping shall be addressed to: ATTN: AMSRD-CER-IW-R A (David Thomas) Questions regarding this information request are encouraged and can be directed to David Thomas. Response Date: 31 January 2007
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN01212189-W 20070118/070116220856 (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 |