SOLICITATION NOTICE
59 -- Request for Information (RFI) Sources Sought (SS) for Joint Cooperative Target Identification-Ground (JCTI-G) System
- Notice Date
- 4/17/2008
- Notice Type
- Modification/Amendment
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T08RM010
- Response Due
- 4/30/2008
- Point of Contact
- Kimberly Lyall, 732-427-1460
- Description
- This request for information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. 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 and statement of work/statement of objectives and performance specifications. 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 this RFI. Product Director, Target Identification and Meteorological Sensors (PD TIMS) is seeking sources interested in providing a low cost Joint Cooperative Target Identification-Ground (JCTI-G) System for both the Army and USMC. The system will provide an interoperable ground platform level cooperative Combat Identification (CID) capability supporting the individual shooters' engage/do not engage decision process for detected ground entities. The system operates in the Ka band frequency range. Technologies which utilize other than Ka band frequencies may be considered with justification of current Technology Readiness Level (TRL). This automated, point-to-point Cooperative Target Identification (CTI) system will support timely, accurate identification of ground friendly platforms, vehicles, and ground forces at main weapon maximum effective ranges in order to maintain force effectiveness, support force sorting, and avoid fratricide. This system should interoperate with Joint/Coalition systems. The system is planned for installation on Army and USMC platforms, such as the: Bradley Fighting Vehicle, Abrams Battle Tank, Stryker, Mine Resistant Ambush Protected (MRAP) vehicle, Light Armored Vehicle (LAV), Advance Amphibious Assault Vehicle (AAAV) and combat support vehicles ( HMMWVs, trucks and other Light Tactical Vehicles (LTVs), etc.). Responses should include suggestions on design approaches with regards to: 1) Reducing total unit cost (A kits - installation and platform modification items and B kits - JCTI-G components) (A and B kits cost are critical parameters in determining the practicality and affordability of the system.); 2) Vehicle integration strategy, to reduce cost in all program areas including ideas for vehicle-related integration solutions utilizing current/approved onboard C2 systems (e.g. BFT); 3) Reducing size (less than 110 cu.in.), weight (less than 10 lbs.) and power consumption (to run on 12VDC battery pack for not less than 24 hours) by providing a small, lightweight transponder, universally mounted and that is internally powered and contains Crypto and GPS; 4) Providing a secure transfer of information among and between US and Coalition networks; and 5) Technology solutions with readiness levels that can support production and fielding within the next 5 years. Responses are to include the following: 1) Name of corporate point of contact, telephone number, full mailing address, e-mail address, CAGE Code, NAICS identifier and any other pertinent information 2) Corporate competencies and past performance experience with regard to development and production military and/or commercial advanced Combat Identification, RF transmitters, sensors, and millimeter wave technology 3) Whether your company's interest in the JCTI-G program as a system developer prime contractor, a subcontractor or a vendor of components or services 4) Describe any Independent Research and Development (IRAD) programs applicable to Combat Identification technology Responses to this RFI are not limited to domestic US vendors. Companies should present their responses in the form of a whitepaper no more than 25 pages in length describing the information requested in this RFI. Specification sheets and product information may also be provided in addition to the whitepaper. Responses to this RFI must be unclassified. Responses should be submitted no later than 1700 hours on 30 Apr 08. Companies may either submit their responses electronically to tony.smith@us.army.mil or send hardcopies to PD TIMS, ATTN: SFAE-IEWS-NS-TIMS (Tony Smith), Bldg. 563 Avenue of Memories, Fort Monmouth, NJ 07703-5304. E-mail file size shall not exceed 5Mbs. Technical questions may be directed to Tony Smith at 732-427-5553. A reading room has been created on the IBOP to include additional information and documents, as well as answers to questions regarding the RFI that was posted on 31 March 2008. The reading room can be located at https://abop.monmouth.army.mil/ under the title Request for Information (RFI) Sources Sought (SS) for Joint Cooperative Target Identification-Ground (JCTI-G) System.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a11e3359c2fea543be26ed5941aa0085&tab=core&_cview=1)
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Zip Code: 07703-5008
- Record
- SN01555890-W 20080419/080417215634-a11e3359c2fea543be26ed5941aa0085 (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 |