SOURCES SOUGHT
A -- Non-Radio Frequency Communications
- Notice Date
- 2/2/2010
- Notice Type
- Sources Sought
- Contracting Office
- US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-10-X-0502
- Response Due
- 2/26/2010
- Archive Date
- 3/28/2010
- Point of Contact
- James Cummiskey, Contract Specialist, (973)724-7278
- E-Mail Address
-
James Cummiskey
(james.cummiskey@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Director, Joint Ground Robotics Enterprise (JGRE) is seeking sourcesinterested in providing a low cost, non-radio frequency communications capability for unmanned ground vehicles for the Joint Services. In todays military, unmanned systems are highly desired by combatant commanders for the versatility and persistence. By performing tasks such as surveillance; signal intelligence; precision target designation; improvised explosive device detection and defeat; tunnel exploration and mapping; mine detection and clearing; and chemical, biological, radiological, nuclear reconnaissance, unmanned systems have made key contributions to the Global War on Terror. Current unmanned systems predominantly utilize radio frequency (RF) bandwidth communications systems. With this continued employment of increasingly sophisticated forces of unmanned systems, an ever-increasing demand for range, power and degraded environmental conditions continues to hinder development and performance. Director, JGRE seeks robust wireless communication systems for unmanned ground vehicles that utilize infrared and ultraviolet free space optical technologies which are much less susceptible to electromagnetic interference (EMI) and frequency de-confliction issues. A working knowledge of ground robotics and unmanned systems is required. Responses should include suggestions on design approaches with regards to: 1) Robust performance in urban, rural and austere environments with EMI; 2) Vehicle integration strategy, to reduce cost in all program areas including ideas for vehicle-related integration solutions utilizing current/approved onboard systems; 3) Improving Line-of-sight (LOS) and non-line-of-sight (NLOS) performance in urban and rural environments; 4) Increased capacity/peak performance; data rates (>3Mb/s); low-latency (<200ms) video and command and control data transmission including time for encoding and encoding digital video and encryption 5) Technology solutions with readiness levels that can support production and fielding within the next 3-5 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 of military and/or commercial communication systems technology 3) Whether your company's interest in the non-RF communications technology is 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 ground mobile, alternative communications technology, non-RF communications systems, or ground mobile communications system integration. Responses to this RFI are not limited to domestic US vendors. Companies should present their responses in the form of a white paper of no more than 15 pages in length describing the information requested in this RFI. Specification sheets and product information may also be provided in addition to the white paper. Responses to this RFI must be unclassified. Responses should be submitted no later than 1700 hours on 26 Feb 10. Companies may either submit their responses electronically to Mr. Randy Williams, williams_randolph@bah.com or send hardcopies to Director - JGRE, ATTN: Randy Williams, 3090 Defense Pentagon, Room 5C756, Washington, DC 20301-3090. E-mail file size shall not exceed 5MBs. Technical questions may be directed to Mr. Randy Williams at 703-307-0506. 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 Department of Defense 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8e854334db7f5afd1c26d4f765880c8a)
- Record
- SN02055515-W 20100204/100202235159-8e854334db7f5afd1c26d4f765880c8a (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 |