SOURCES SOUGHT
59 -- This is a market survey to locate sources for quantity sixteen (16) transportable radio reconnaissance stations for Foreign Military Sales.
- Notice Date
- 10/13/2011
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T12RD001
- Response Due
- 10/24/2011
- Archive Date
- 12/23/2011
- Point of Contact
- William M. Schwartz, 443.861.4621
- E-Mail Address
-
ACC-APG (C4ISR)
(william.m.schwartz.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- William M. Schwartz Contract Specialist 443.861.4621 (telephone) william.m.schwartz.civ@mail.mil This is a market survey to locate sources for quantity sixteen (16) transportable radio reconnaissance stations for Foreign Military Sales. Concept of operations: The general concept of operation for the stations is as follows: The user will install the stations into vehicles and conduct monitoring, homing and or direction-finding (DF) of targets while the vehicles are stationary and in motion. While in the vehicular configuration, a station may be networked with others to conduct collaborative operations. The user will likely designate one station as the Net Control Station (NCS). The NCS may request lines of bearing (LOBs) from the other networked stations to obtain geolocation solutions of targets. The user may then transition all or some of the stations into man-portable configurations to travel in teams to complete current ongoing missions or conduct other missions where the teams walk over terrain to prosecute targets including monitoring, homing, and geolocating. Sources are sought that will be able to deliver four (4) Team Transportable SIGINT System (TTSS), each system consisting of (4) Team Transportable Radio Reconnaissance Stations (TTRRS) intended to detect, identify, record and analyze detected signals in the HF, VHF and UHF bands at a distance of 10-15 km from the system and direction find on VHF/UHF bands at a distance of 10-15 km targeting low power transmission system (5-10 watts). The system shall be a wide band system providing continuous automatic real-time signals search in specific frequency bands, automatic detection of wide and narrowband signals coming from a specified direction, and their processing, analysis and collecting in a digital format. It is an operational requirement is to detect, locate and obtain lines of bearing of stationary targets operating at a distance of 10 to 15 km. TTRRS stations shall be configurable as two-man-portable and shall not exceed 40kg (20kg per man). This procurement shall include all efforts from a lead prime contractor for installation, system integration, system testing, system operation, maintenance, and logistic support at a contractor's facility within CONUS, and initial fielding training OCONUS. System Requirements a. Monitor and DF 1. Monitor Frequency Range: 1MHz - 3GHz 2. DF and Geo-location Frequency Range: 20MHz - 3GHz 3. Scanning rate not less than: 1GHz/s 4. Sensitivity: max. -120 dBm 5. A/D Resolution: min. 16 bit 6. Spurious-free Dynamic Range (SFDR): 90 dB or better 7. Modulation detection (ASK, FSK, AM, FM, LSB, USB, FH) 8. Manual tracking in homing mode by every station 9. Accuracy (RMS): 5 (20MHz - 3GHz) 10. System shall allow control of all components through handheld ruggedized notebook or tablet connected via cable. b. Recording 1. Digital recording of IF band on a disk matrix at min. 16 A/D bit resolution 2. Recording time of IF bandwidth not less than 4 hours 3. IF band reduction ability for recording (IF band, IF band/2, IF band/4, IF band/8, IF band/16, IF band/32) 4. Digital recording and playback of IF bandwidth 5. Allow the transfer of recorded data via removable media (CD, thumb-drive, removable hard-drive) 6. Direction finding and geo-location results shall be collected in a database (database management system compatible with SQL format) 7. Shall have the capability to send encrypted data with definable user restricted access 8. Shall have the capability to label database files with classification levels 9. Database structure shall be documented 8. Ability to allow access to system's data via web browser once back in garrison. 9. Shall have the capability to browse the database history of direction finding results in accordance with the defined criteria such as but not limited to frequency, time, modulation, geo-location, signal strength. c. Functionality 1. Scanning of the entire bandwidth or selected sub-bands 2. Display of signals LOBs filterable by azimuth or sector 3. Shall have capability to define signal detection criteria 4. Operator ability to add comments relating to the collected signal 5. Multiple spectral displays d. Analysis and Demodulation 1. Real-time analysis and demodulation of detected signals 2. Analysis and demodulation of signals recorded in narrow and wideband 3. Detection of frequency hoppers (FH) operating up to 500 hops/sec 4. Signal Analysis: Ability to recognize and analyze modulation types, measure parameters and record bit stream 5. Demodulation of (output results as file): a. Analog signals: CW, AM, FM, USB, LSB b. Digital wideband signals (up to 2MHz): 2-256 PSK A/B, 16-64 QAM; c. Digital narrowband signals (up to 20kHz): 2-8 FSK, 2-8 PSK A/B, 2 ASK/8 PSK, 4 ASK/8 PSK, 16QAM, OQPSK, /2 DBPSK, /4 DQPSK e. Controlling and Cooperation with other Systems 1. Provide Ethernet 100/1000 Mbps, RS-232, RS-485 interfaces to allow interoperability with external systems using TCP/lP protocol; 2. Every station within the system should be compatible with Mobile Vehicular Reconnaissance Stations 3. Software with the ability to send files according to ADatP-3 and APP-6A 4. Each system shall have the capability to assume the role of Net Control Station (NCS); tasking, network managing and command and control f. Communications Each station shall include one AN/PRC-117G and one AN/PRC-152 radio. AN/PRC-117G radios shall be used to interconnect all stations and AN/PRC-152 radios shall be used as voice communications between all stations. (The PRC-117G and PRC-152 radios will be provided by the customer.) g. Database and Software 1. The database shall provide access control security 2. Software shall provide signal analysis tools 3. Commercial grade encryption shall secure transmission of data exchange between systems. 4. Software shall display graphic illustration of system configuration, electronic reconnaissance reports and tactical map/grid data in format: CADRG, MRSID, GEOTlFF, JPG, BMP and DTED 5. System shall include feature to zeroize collected mission data and operating system within 3 minutes after initiation. Initiation shall include verification from user to prevent accidental initiation and from GUI buttons that remain visible in all GUI displays. h. Environmental (operating conditions) 1. Temperature range: from -25 C to + 35 C 2. Storage temperature range: from -25 C to +55 C 3. Humidity: max. 95% at 40 C 4. Mechanical requirements: endurance for vibrations ranging 10Hz - 55 Hz and oscillations amplitude of 0.4 mm i. Antenna 1. System shall have separate antennas for man-portable and vehicular configurations to ease transition from one mode to another. The vehicle V/UHF antenna shall be concealed in an inconspicuous housing such as a ski rack case. 2. HF (monitor only) antenna shall be transportable from location to location 3. Sensitivity of antennas system should be: a. 30 - 60 MHz no less than 60 V/m b. 60 - 200 MHz no less than 20 V/m c. 200 - 3000 MHz no less than 10 V/m j. Computer/Notebook System should contain a ruggedized computer or notebook (for each station) running latest Microsoft Operating System not worse than: 1. Processor min. 1.2 GHz, 3MB Cache 2. RAM min. 4 GB, DDR3 SDRAM 3. Graphic card min. HD Graphics UMA 4. HDD minimum 160GB HDD (SATA, Shock resistance/ISO cm) 5. LCD min. 10.4" XGA Active Matrix (TFT) 6. Modem 56 kbps V.92; FAX: 14.4 kbps 7. Interface min. - Bluetooth, Wlan, Ethernet l000Base-T/100Base-TX/10Base-T, Serial, USB 2.0 x2 8. Weight max. 3 kg k. Environmental requirements 1. Water resistance IECS29 (JIS C0920) IPX5, MIL-STD 810G 506.5 2. Dust resistance IEC529 (JIS C0920) IP6X, MIL-STD 8 l0G 510.5 3. Shock resistance MIL-STD 810G 516.6, (min. 122cm fall) - procedure IV 4. Vibration resistance MIL-STD 810G 514.6, category 20% l. Maintenance kit Logistic packet shall contain repairing module of the main system blocks and should secure continuous work of the system despite the damages. Special tools or special instruments should not be needed for technical service. The assembly of modules which need exchange should be done without special devices or tools. The field service of damages should be done by the personnel without the need of special tools in no more than 10 minutes after diagnosis through the exchange of structural modules. m. Power 1. Rechargeable batteries for all components with ability to charge from vehicle alternator. As an option the system should include the ability to recharge batteries through portable solar panels 2. Battery shall allow system run time of no less than 120 minutes 3. System shall allow connection to 230v, 50 Hz commercial power 4. System shall include two 12V sockets to allow connection to vehicular DC power 5. Power converter (direct current/alternating current) should be based on typical commercial vehicle alternator (non-modified SUVs) with either positive or negative ground systems 6. System shall allow hot-swapping to prevent rebooting and active mission disruption 7. System shall report battery power level and report with a visual and audible warning when battery power reaches 10 minutes remaining. System shall allow option to turn off one of both audible and visual alarms n. Color and Finish 1. System components should be a non-reflective finish and colored in OD green. Warranty a. Interested parties shall provide information regarding a 24 month system warranty for all components and sub-components. Warranty shall cover all software paid through the length of the warranty period. b. Interested parties shall provide information regarding an option for technical support service for a minimum of 12 months. c. Post Warranty Period Interested parties shall provide information for technical support services per year after expiration of warranty. Technical support services shall include the entire system excluding cost of spare and replacement parts. Software Maintenance a. This procurement shall include software bug fixes, software updates and licenses for 24-months after acceptance of systems in CPC. Spares This procurement shall include an initial set of spares to support Level 2 maintenance for a 12 month period. Training Interested parties shall provide information for Operator Training to (40) students and Maintenance Training to (10) students on the TTSS and shall be conducted OCONUS with duration and scope determined by contractor. System maintenance training to be provided to enable first line of support duties with the training plan written in English. Documentation a. System Operation Manual Interested parties shall provide information for detailed manuals, written in English, describing the overall operational functionality and capability of all equipment in the system. b. System Maintenance Manual Interested parties shall provide information for comprehensive installation and instruction manuals for all equipment and software in the system. These manuals shall provide concise information, including engineering drawings, trouble shooting diagrams, layout drawings, printed circuit board overlays, tests and alignment procedures, theory of operation, interconnection diagrams, and parts lists. c. System Software Manual Interested parties should be prepared to furnish software manuals for all off the shelf, customized and special purpose software provided or developed for this project. Answering this Market Survey The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The US Government is not seeking or accepting unsolicited proposals. The Government will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. At this time the nature of the competition has not been determined. The Government may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The purpose of this market survey is to solicit statements of interest and capabilities from industry, including small businesses, service-disabled veteran-owned small businesses and 8(a) certified firms, This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists for competition, or set-aside among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. In order to make this determination the Foreign Assistance Act requires the following from interested vendors: 1. Capability Statement - This document should identify: Type of services provided by your firm, size and type of services provided by previous contracts related to the present market survey, number of years in business. 2. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents should provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. 3. General descriptions of the possible solution(s) that can be executed by the vendor. 4. Please include a price breakdown for each rough order of magnitude (ROM) along with an Estimated Period of Performance (POP). All responses to this market survey must be received Monday, October 24, 2011 at 5:00 PM EST. Please include the announcement number in the body and title of e-mail. All submittals should be submitted to: William M. Schwartz, Contract Specialist, at william.m.schwartz.civ@mail.mil. Contracting Office Address: US Army Contracting Command, - W15P7T12RD001, ATTN: CCAP-SCD, Building 6001, Aberdeen Proving Grounds, MD 21005-1846
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8000916ba28d267d4154543577287834)
- Place of Performance
- Address: ACC-APG (SCRT) HQ ARMY CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02606701-W 20111015/111013234357-8000916ba28d267d4154543577287834 (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 |