SOURCES SOUGHT
58 -- Request for Information: Sea Range Surveillance Radar System
- Notice Date
- 9/9/2011
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.3 Naval Air Warfare Center Weapons Division Dept. 3 575 I Ave, Suite 1 Point Mugu, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893611R0080
- Response Due
- 11/7/2011
- Archive Date
- 11/7/2012
- Point of Contact
- CS: Jennifer Barneby Tech POC: Larry Jensen
- E-Mail Address
-
Jennifer Barneby
(Jennifer.barneby@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. This is a special notice open to U.S. industry requesting information from potential sources regarding availability of replacement sea surveillance radar systems. 2.Background: The Naval Air Warfare Center Weapons Division (NAWCWD), Pt. Mugu, CA, Sea Range Tracking Branch currently operates and maintains multiple ground-base, microwave frequency, line-of-site (LOS) fixed radar systems. Each system independently provides 24-hour/7-day-a-week, real-time surface vessel surveillance critical for conduct of Sea Range operations. 3.The Government envisions a replacement radar system meeting all current minimum technical performance requirements while significantly reducing infrastructure and life cycle support costs. Vessels transitioning through the Sea Range include everything from small personal watercraft to large intercontinental shipping transports. 4.Operational and Program Requirements Desired for Replacement System: 4.1The radar system should be a non-developmental item to the maximum extent possible. Modifications (hardware and/or software) may be required for the radar to real-time Sea Range data interface. Other anticipated modifications to commercial items and use of sole-source and proprietary items should be addressed in the response. 4.2The radar system must demonstrate capability to detect a wide range of uncooperative surface vessels traversing the Sea Range. This includes, at a minimum, a 90 percent probability of detection of vessels 3 square-meters in cross-section or greater within the LOS of the radar. Minimum detectable vessel separation is 500 feet for the smallest vessels. Dynamics of the vessel detection performance should be addressed in the response. 4.3The radar system must demonstrate capability to provide a minimum of one real-time update per vessel each 15-second period. The system must track a minimum of 20 vessels simultaneously occupying the coverage area with a minimum positional accuracy of 1,000 feet for the smallest vessels. Dynamics of the vessel tracking performance should be addressed in the response. 4.4The radar may operate at any appropriate frequency and modulation scheme subject to approval of local frequency management authority. Spectrum suitability should be addressed in the response. 4.5The radar system must demonstrate the capability to perform within the ambient Sea Range environment. This includes, at a minimum, detection of vessels at sea states greater than 3 with sustained operation within harsh coastal environments. Environmental suitability should be addressed in the response. 4.6The radar system may be fixed or portable. The radar system must demonstrate the capability to perform to minimum standards at any location within the Sea Range when appropriately positioned. The expected maximum available ground height for installation is approximately 1,540 feet Above Mean Sea Level (AMSL). LOS (visual horizon) at this altitude is approximately 48 statute miles (41.7 nautical miles). Dynamics of installation impacting coverage area should be addressed in the response. 4.7The Government requires a radar system which minimizes costs for operations, maintenance, inspection and repair. The radar is expected to be remotely located and controlled demonstrating a high availability to support missions. The radar must operate autonomously and continuously with no personnel required onsite for normal operation. The system must demonstrate a long Mean Time Between Failure (MTBF) with a short Mean Time to Repair (MTTR). An Integrated Logistics Support Plan identifying replaceable items, high failure rate items, long lead items and recommended spare parts is required. Support dynamics should be addressed in the response emphasizing how the system minimizes life cycle costs. 5. There is no commitment by the Government to issue a solicitation, to make an award(s), or to be responsible for any monies expended by any interested parties in support of any effort in response to this RFI. Any information submitted in response to this RFI is strictly voluntary. This RFI is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. It is the responsibility of potential offerors to monitor this site for the release of any follow-on information. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available and requests for the same will be disregarded. 6.Classified material SHALL NOT be submitted. 7.Interested parties are requested to submit a 10-page white paper outlining their capabilities to perform the work described above. Submittals should include the following information in bullet format: 7.1A reference to Solicitation number N68936-11-R-0080 and the title of this announcement "Sea Range Surveillance Radar System". 7.2Company name, address, e-mail, telephone number, points of contract, CAGE code, and size of business pursuant to the North American Industrial Classification System (NAICS). 7.3If contemplating a teaming arrangement or joint venture. 7.4All specific and pertinent information that addresses the technical requirements for which capability is being sought and that would enhance our consideration and evaluation of the information submitted. 8.Interested parties with questions clarifying this RFI can submit questions to the Contract Specialist (CS). Reponses to questions from interested parties will be promptly answered and provided equally to all interested parties. Any questions that involve the release of proprietary information (or that answer addresses a question peculiar to a company or that company ™s possible solution) must be submitted in writing to the CS for response. 9.Submissions are due 7 Nov 2011 by 12:00 PDT and may be made by emailing your response to Jennifer Barneby, Contract Specialist, jennifer.barneby@navy.mil. Enclosures shall be Microsoft Word, Excel or PDF compatible. 10.This notice is part of the Government ™s market research, a continuous process for obtaining the latest information on the "art of the possible" from industry with respect to their current and projected abilities. The information collected may be used by the Government to explore future Sea Range surveillance radar technology. Information received as a result of this request will be considered as business sensitive and will be protected as such. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. The Government will not use any proprietary information submitted to establish the capability, requirements, approach or solution so as to not inadvertently restrict competition. 11.POC is Jennifer Barneby, Contract Specialist, email jennifer.barneby@navy.mil, phone (805) 989-7355.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D3/N6893611R0080/listing.html)
- Record
- SN02569298-W 20110911/110909235733-42c0c64991ce5ccb7d3f04c29f1215eb (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 |