Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2011 FBO #3389
MODIFICATION

58 -- Base Expeditionary Target Surveillance System-Combined Family of Systems (BETSS-C FoS) Standard Ground Station (SGS) Production Request for Information

Notice Date
3/4/2011
 
Notice Type
Modification/Amendment
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-11-R-S201
 
Response Due
3/23/2011
 
Archive Date
5/22/2011
 
Point of Contact
Yadira Colon, 410-417-0739
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(yadira.colon@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is a follow-on to the BETSS-C Market Survey released in November 2010. The major addition provided as a part of this RFI is the inclusion of a Technical Data Package (TDP), describing in detail the attributes of the SGS. The TDP must be requested from Mr. Tom Conway via email at thomas.conway1@conus.army.mil or Yadira Colon at yadira.colon@us.army.mil. Also, some key information about the planned RFP and an Industry Day has been provided. This RFI is for planning purposes only and shall not be considered as a Request for Proposal or as an obligation on the part of the Government to acquire any services or hardware. 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 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 finalizing its acquisition strategy, RFP and Statement of Work (SOW). 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 same. In addition to publication on FedBizOpps, all parties interested in doing business with Army Contracting Command - Aberdeen Proving Ground (Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance) (ACC - APG (C4ISR)) are invited to access the Army Single Face to Industry (ASFI) at https://acquisition.army.mil/asfi?ASFI_FAQ.cfm. Upon accessing this web page, look for the tab titled "ASFI for Industry". Under the "ASFI for Industry" tab you will be able to: check for business opportunities by clicking on the Contract Opportunities Search link, receive notifications by clicking on the Vendor Notification Service link. Vendors cannot submit responses via the Vendor Bid History. Vendors can only view "high level" information regarding the response. No registration is needed for the Vendor to browse for business opportunities. For the Vendor to receive notifications they merely need to provide company Commercial and Government Entity (CAGE) Code and E-Mail address. To submit a response the Vendor must provide the CAGE Code and Marketing Partner Identification Number (MPIN). Your company must be registered and current in the Central Contractor Register (CCR) in order to submit bids/proposals on ASFI. Instructions on how to use ASFI to include; receiving notification, submitting and uploading bids or proposals, formatting and system requirements are provided at https://acquisition.army.mil/asfi?ASFI_FAQ.cfm. For Technical ASFI assistance please e-mail the help desk at ASFI@conus.army.mil. No response to this posting is required. The United States Army Contracting Command anticipates purchasing approximately 370 Standard Ground Stations, with potentially up to 537 units based upon additional requirements and funding approval. The Army is requesting feedback from contractors to determine the status of currently available commercial, Non- Developmental Items/products, technologies, and manufacturing sources of supply capable of producing and integrating the SGS capability for the current and future fleet of the BETSS-C FoS. The BETSS-C integrated FoS is comprised of existing mobile and semi-fixed sensors providing targeting and persistent surveillance, force protection, and counter Improvised Explosive Devices and counter insurgent capabilities for 360 degree, day and night coverage. BETSS-C sensor systems combine to meet the aggregated requirements of operational needs for US forces in the field. SGS is the ground station subsystem that provides the primary sensor interface and common tactical picture for the BETSS-C FoS. For purposes of this RFI, the SGS capability includes the SGS laptop and ground station subsystem and the following modules: Rapid Aerostat Initial Deployment (RAID) communications (integrates with the RAID platform to normalize input/output for video, control and status information to the SGS); Uninterruptible Power Supply (UPS); Cerberus Sensor Interface (integrates with a Cerberus platform and transmits control, status and video information to the SGS); and initial provisioning spares. Additionally, the army is interested in commercial solutions that are supported by industry's ability to commence high rate monthly production of 64 systems per month within 60 days of contract award, and a test system within 45 days from contract award. This will eventually lead to the delivery and integration of 300 or more SGS systems. The SGS version 2.2.2 Level II Technical Data Package (TDP) is comprised of drawings, interface control documents and system specifications. The TDP provided should be considered in final draft stage. The government reserves the right to make any changes deemed necessary for the final TDP released with the forthcoming RFP. Version 2.2.2 is the version that the SGS production and integration effort will be based upon. It is the Government's belief that the 2.2.2 design will give interested Sources sufficient detail to understand the requirements, provide feedback, and prepare for the RFP. All subsystems contained in 2.2.2 are Commercial Off-the-Shelf (COTS) products. Salient characteristics, product description and performance parameters are set forth below. SGS Capability: video ingest capability providing inputs for analog video outputs; video distribution amplifier capability for analog video distribution providing inputs and outputs used to boost signal strength and prevent signal loss and picture degradation when split and disseminated, enabling input video to be routed to multiple outputs; analog/digital video matrix capability that combines multiple, independent matrix switchers in a modular and configurable frame for display; NTSC Composite Video Board providing NTSC composite inputs and outputs to route composite video signals; HDCP Compliant DVI Matrix Switcher Board providing DVI inputs and outputs to route HDCP interface video signals and switch HDMI compatible signals; Serial/IP server used for converting between serial and IP, providing RJ45 serial ports that can be configured independently for RS-232, RS-422, and RS-485 signals; video processing/visualization providing computer processing to perform both video processing and visualization; integrated switch and router used for routing between devices on the local-area network and wide-area network or external side as well as providing network address translation between those respective virtual LANs; displays capable of providing high resolution, composite analog handling of underscan video components, composite analog and DVI / HDMI; two (2) rack mountable computers, 1-U height, dual HexaCore processors for controlling sensors, processing information, and archiving video data; miscellaneous standards, commercially available computer, video and networking cables of various lengths; and, all components integrated into a hardened, weatherproof rack-mount transit case. RAID Communications Module: Fiber modem that decodes the analog video and serial metadata from the sensor platform; serial/IP server used for converting between serial and IP, providing RJ45 serial ports that can be configured independently for RS-232, RS-422, and RS-485 signals; 4 port Network switch; Fiber Ethernet switch; custom rotary switch for override mode; MIL-DTL 38999 connector interface for the FLIR Star Safire III Laptop Control Unit; a fabricated housing for above electronic components; a mechanical housing for wireless radio power over Ethernet injector components; miscellaneous standard, commercially available computer, video and networking cables of various lengths; and, all components integrated into a hardened, weatherproof rack-mount transit case. Uninterruptable Power Supply Module: Battery powered and all components integrated into a hardened, weatherproof rack-mount transit case, that supports 30 minutes of uninterrupted operation when primary power source is lost. Cerberus Sensor Interface Module: Common Criteria Certified network router; video server capable of ingesting, processing and disseminating analog input to H.264 format; serial to IP conversion capable of interface via asynchronous serial communications with imagers as well as with other sensors and devices; relay controls providing an electrical relay switch that can be set to turn on, turn off, or pulse a number of devices - allowing power cycling and resets of certain components; unattended ground sensor receiver capable of receiving radio link transmission from several types of sensors (i.e., seismic or acoustic); power over Ethernet injector capable of supplying power over Cat 5/6/7; DC-DC converter required for converting voltages as necessary for different power supply requirements; thermal management provided by an active cooling system required to maintain proper operation; custom circuit boards for power distribution, relay interference, voltage and temperature monitoring; custom control cables using MIL-DTL-38999 and MIL-C-5015 connectors to connect with several sensors on the Cerberus trailer mast; and a rugged fabricated rack mount enclosure designed to protect the components from the environment, shock, and vibration on the Cerberus trailer. SGS laptop/control station: environmentally hardened laptop computer integrated into a hardened, weatherproof MIL-STD-810F transit case. Interested sources are requested to review the TDP and provide any feedback such that the Government can prepare the final RFP. Please confirm that the SGS production timeframes and production rates indicated above are realistic and that your company can meet the requirements. Please also provide a high-level overview and a description of the proposed solution such that the Government can determine whether or not you sufficiently understand the work to be done. Any industry responses must include sufficient documentation to support any claims that the system performance will meet the minimum performance capabilities contained herein. Such documentation may include system technical specifications, product brochures and related literature, performance test data, system drawings and/or photographs, or any other data to support the state of system development and or production readiness. Although not required, a rough order of magnitude (ROM) estimate of the price of the SGS system is highly desirable. Additionally, industry responses are to specifically include an outline of supply chain considerations with emphasis on any known long lead items that may adversely impact high rate production in an accelerated environment. Any limitations to ramping up to high rate monthly production and system integration considerations must be addressed along with proposed resolutions to potential production impediments. Industry responses should also include projected monthly production capabilities to include critical subcontractor and vendor production capacity along with estimated unit prices. Responses to this RFI are due by 1500 hours on 23 March 2011. All material submitted in response to this RFI must be unclassified. Technical questions and industry responses are to be sent via email to Tom Conway at thomas.conway1@conus.army.mil and Yadira Colon at yadira.colon@us.army.mil with W15P7T11RS201 in the Subject Line. Interested parties are cautioned that electronic submissions are limited to files no larger than 8 MBs due to government server restrictions. Submissions should be limited to 15 pages. Respondents may add existing marketing materials such as brochures over and above this page limit. These materials should be delivered to PM NV/RSTA, ATTN: SFAE-IEW&S-NV (Tom Conway), 10221 Burbeck Road, Building 399, Fort Belvoir, VA 22406-5806. Interested parties possessing the capacity to deliver products meeting the requirements outlined above are requested to address the following points as part of their response: 1.Corporate capabilities, large or small business status, past and current relevant performance information, available facilities and assets. 2.Technical and management approach for production of SGS requirements based on the Government's Technical Data Package (i.e., design considerations; procurement of subsystems and components; integration of sensor components onto existing BETSS-C towers; testing and integration considerations sustainment considerations). The TDP must be requested from Mr. Tom Conway via email at thomas.conway1@conus.army.mil or Yadira Colon at yadira.colon@us.army.mil 3.A cost estimate on a Rough Order of Magnitude (ROM) to meet or exceed the notional requirements based upon the design given in the TDP. 4.Government will request a working bid sample of the assembled SGS as part of the formal RFP response. 5.Anticipated response time for the full RFP is 90 calendar days. 6.A supporting program schedule that represents a "low risk" approach to meeting the objectives outlined above. 7.An assessment of the associated risks for this program and respective risk mitigation approaches. 8.Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. An Industry Day is planned for March 15 and 16, 2011 at Ft. Belvoir, VA. Standard Ground Station (SGS) Industry Day Project Manager, Night Vision/Reconnaissance, Surveillance, and Target Acquisition (PM NV/RSTA), under the Program Executive Office Intelligence Electronic Warfare and Sensors (PEO IEW&S), will hold an industry day for companies interested in bidding on the Standard Ground Station (SGS) procurement. The SGS is the operator console (hardware and software) that brings together all the Base Expeditionary Targeting and Surveillance Sensors - Combined (BETSS-C) sensors. The SGS ingests, displays and disseminates the video and metadata for these sensors. The forthcoming SGS acquisition will be for the hardware only. The software will be Government Furnished Equipment (GFE). The industry day will be held at Ft. Belvoir, Virginia, on Tuesday, March 15th, from 9:00 - 16:00. Registration will begin at 8:30. Depending on the number of interested parties, a second day (Wednesday, March 16th) will be added to accommodate everyone. Please note that a Government-issued identification (driver's license, U.S. Passport, etc.) will be required to gain entrance on to the base. The purpose of this industry day is to allow prospective offerors to get an up close look at a prototype of the SGS 2.2.2, the hardware system upon which the procurement will be based. The Government will answer questions regarding the SGS system, as well as appropriate questions regarding the upcoming procurement. All questions will be captured and answers provided to all participants within 10 days of the industry day. Please note that any feedback provided is for informational use only and that only the formal SGS procurement and subsequent award and subcontract should be considered as binding between the government and bidders. The Government retains the right to change its approach and requirements between the industry day and release of the RFP. Agenda is as follows: Welcome and Introductions Standard Ground Station (SGS) Overview Procurement Approach and Small Businesses SGS "Hands On" look - Session #1 SGS "Hands On" look - Session #2 SGS "Hands On" look - Session #3 Procurement Schedule Q&A and Wrap-up For historical information please reference Solicitation # W15P7T11RS201 on FBO, the BETSS-C Standard Ground Station (SGS) Production Capability Market Survey. Contact Mr. Tom Conway via email at thomas.conway1@conus.army.mil and Yadira Colon at yadira.colon@us.army.mil to register for the event. Please provide the Company Name along with the name, job title, email and phone number of every individual participating (maximum of 3 persons per company). Last minute additions or substitutions will not be permitted. The meeting will be at the Unclassified//FOUO level but attendees must provide a list of attendees NLT 15:00 on 9 March 2011. Please identify any foreign nationals planning to attend immediately to allow maximum time for processing of security requirements. This is NOT a "bidder's conference" and this announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind. The Government will not assume liability for costs incurred by any offeror for presentations, marketing efforts or data offered for examination; therefore the cost of preparing information in response to this notice is not considered an allowable direct charge to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/defb96679d7beacd3b9eb317fd01abb7)
 
Place of Performance
Address: US Army Contracting Command 6001 Combat Drive APG AA MD
Zip Code: 21005
 
Record
SN02394084-W 20110306/110304234606-defb96679d7beacd3b9eb317fd01abb7 (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.