Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2008 FBO #2531
SOURCES SOUGHT

58 -- SIGINT System

Notice Date
10/29/2008
 
Notice Type
Sources Sought
 
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
W15P7T-I2SS-1108
 
Response Due
11/21/2008
 
Archive Date
1/20/2009
 
Point of Contact
cmocik, 732-427-7097<br />
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army CERDEC (also known as the US Government (USG) in the rest of this document) is issuing a Request For Information (RFI) including price and availability (P&A) to build and deliver 5-20 signals intelligence (SIGINT) systems and an intelligence analysis node for a foreign country. This project will fall under the Foreign Military Sales (FMS) program. The systems shall be developed using Commercial-Off-The-Shelf (COTS) Non-Developmental Item (NDI) hardware and software. This FMS project will be led and fully managed by the USG with assistance from one company (called the contractor from here on) that would provide all services described below. III. Introduction This document describes the services required by the USG for the integration and fielding of 5-20 SIGINT man-portable/vehicular carried systems and one portable analysis node. Specific technical requirements and who the end user is classified Secret/NOFORN information. Interested contractors shall request for the additional information which will be sent to them via an email message to a validated SIPRNET email address or via regular mail to an address validated to receive Secret documents, or via facsimile to a telephone number validated to receive Secret faxes. The SIGINT systems shall be configurable to two operational configurations: man-portable (dismounted) and vehicle portable (mounted) and shall contain its own power source, antenna, and receiver. The analysis node shall be transportable for relocation into a fixed location such as a building or tent. IV Specific Requirements for the SIGINT systems: 1. Man-portable configuration: a. Operate (radio detect and locate (direction find (DF))) for targets operating in the V/UHF bands b. All components including the collection system, display, antenna, power source and receiver component shall be carried by a single person via a harness, backpack or similar carrying system c. Shall have the capability to display target information via a graphics user interface (GUI) d. Shall operate independently on its own portable power for 6 hours before needing replacement; a rechargeable source is preferred e. Shall have the capability to solve for and display target geolocation information when it receives via radio DF data from at least 2 other SIGINT systems f. Shall contain its own portable DF antenna to be carried and operated by the operator while on the move g. Shall also contain a VHF radio component similar to or an AN/PRC-77 Radio. The radio shall be connected to or a part of the SIGINT system and used for voice command and control and for exfiltrating data collected by the man-portable SIGINT system to other ground SIGINT systems or an airborne SIGINT system. h. Products to the user shall include lines of bearing (LOB) and displayed target-specific information on targets, real-time or recorded voice audio files, and geolocation graphical display for targets (with additional DF input from at least 2 other SIGINT systems) i. Limited signal analysis j. Specific technical requirements are classified Secret and available upon request. 2. Vehicular configuration: a. Shall have all the same capabilities as in the man-portable configuration b. Shall be transferable to and mountable on a temporary basis into a civilian or military vehicle c. While stationary, shall have the additional capability to detect, DF, and geolocation targets operating in the V/UHF band using a portable V/UHF antenna d. While on the move, shall have the capability to detect, DF, and geolocation targets operating in the V/UHF bands using the same man-portable antenna e. Shall have an additional and more sensitive vehicular mountable antenna for improved accuracy operable on the move or while stationary f. Shall have the capability to be connected to vehicular power for operations and recharge of the internal power g. Shall have the capability to communicate over the VHF radio while on the move h. Shall have an optional mountable radio antenna to increase operating range i. Shall be tactically rugged to operate in cold, hot, wet and austere environments 3. The portable analysis node shall have the following capabilities: a. Be transportable to a static location such as a building or tent b. Shall operate on its own power or commercial power c. Shall have a radio module to receive information from ground or airborne systems and for voice command and control d. Shall have the ability to produce graphical geolocation solutions via a GUI for targets after receiving target information from 3 or more SIGINT systems; shall display target geolocation, operating frequency, and other information. e. Shall contain a portable radio antenna. f. Shall be tactically rugged to operate in cold, hot, wet and austere environments. 4. The contractor shall deliver to the USG at the USG facility 5-20 fully functional SIGINT systems and one analysis node. The number of SIGINT systems delivered will depend on cost and final mission needs. 5. The delivered SIGINT systems shall contain all necessary hardware and software, cables and interface items and information to integrate with the vehicle. 6. The contractor shall not develop any new components but rather use COTS components that may require minimal integration into the desired configuration. 7. The systems shall contain standard commercial interfaces and use commercial communications and data transfer protocols. Integration into the vehicle shall not require any custom mounting or power interfaces. The systems shall not use special or unique tools to operate or maintain. With the proposal, the contractor shall deliver technical specifications, size, weight, power, and operation/storage environmental information. 8. Photographs or drawings displaying the proposed systems are desirable. Specific information of the actual vehicle, the power sources, mast, and any other pertinent information about the vehicle will be available upon request after the RFI is submitted. 9. The contractor shall plan and execute a Factory Acceptance Test (FAT) to be conducted at the contractors facility in the US and witnessed by USG representatives. The FAT shall be planned to demonstrate the full set of functions of the SIGINT systems and analysis node using simulated or commercial emitters. 10. The contractor shall plan and execute a Site Acceptance Test (SAT) to be conducted at the contractors facility in the US and witnessed by USG representatives. The SAT shall be planned to demonstrate the full set of functions of the SIGINT systems and analysis node in their final configuration using simulated or commercial emitters. 11. The contractor shall provide operator and maintainer training in the contractors facility on the system to government representatives who will in turn train the final user. The duration of this training shall be determined by the contractor. 12. With the training support of the full system, the contractor shall deliver a written training plan and 5 copies of the training documents in paper copy and CD-ROM that will be left with the final user after system fielding. V. Warranty The contractor shall provide a 12-month full-coverage warranty for all its components. VI. Spares The contractor shall deliver an initial set of spares for all its components that can support Level 1 & 2 maintenance for 1 year. VII Original Point of Contact Interested parties may submit information to Director, US Army CERDEC I2WD, ATTN: AMSRD-CER-IW-SQ, Fort Monmouth, NJ 07703-5000. Inquires may be directed to Chad Mocik, (732) 427-7097, E-mail address: chad.mocik@us.army.mil and Ann Gonzalez, (732) 532-1948, Email address: ann.c.gonzalez@us.army.mil. Initial responses are requested no later than 1700 EST on 21 November, 2008. VIII RFI 1. This RFI for P&A does not constitute a commitment on the part of the USG to purchase systems or services. The USG will not pay for any information received in response to this RFI. The USG will not release any information marked with a proprietary legend received in response to this RFI, to any firms, agencies or individuals outside the USG without written permission in accordance with the legend. 2. The contractor shall deliver as a response to this RFI a proposal that includes price, delivery schedule, technical approach, any program risk information, a matrix showing compliance with every requirement, and photos or drawings of proposed system in all configurations. 3. Interested parties shall contact the persons indicated in paragraph VII above for additional classified technical requirements. The requested shall have a valid SIPRNET email address or a valid facsimile to obtain the additional data. IX Place of Performance Deliverables shall be conducted in locations as indicated above. The address for the USG facility indicated above is: US Army Research Development and Engineering Command (RDECOM), Communications-Electronics Research, Development and Engineering Center (CERDEC), Intelligence and Information Warfare Directorate (I2WD), ATTN: AMSRD-CER-IW-SQ, Building 600, Fort Monmouth, NJ USA 07703.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5d1dee3269bec9d7fd3f9e2e40842006&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
Zip Code: 07703-5008<br />
 
Record
SN01697831-W 20081031/081029214556-5d1dee3269bec9d7fd3f9e2e40842006 (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.