SPECIAL NOTICE
59 -- MARKET RESEARCH AND REQUEST FOR INFORMATION (RFI) FOR SAASM-BASED POSITIONING, NAVIGATION AND TIMING DEVICES
- Notice Date
- 10/19/2011
- Notice Type
- Special Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- DLA Aberdeen (ACC-APG), DLR Procurement Operations DSCC-ML, 6001 Combat Drive RM C1-301, APG, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- PDGPSPNT2011
- Archive Date
- 10/18/2012
- Point of Contact
- Michelle A. Timmons, 410-306-4027
- E-Mail Address
-
DLA Aberdeen (ACC-APG)
(michelle.a.timmons.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a request for information (RFI) not a request for proposal (RFP). The US Army Product Director, Positioning, Navigation and Timing (PD PNT) is seeking sources to provide a family of PNT solutions for US Army and Joint Service applications. The common component of these items is a SAASM-based GPS receiver. This RFI identifies multiple capabilities and interested parties are invited to respond to any or all of the PNT devices described below, or any portion of the devices described below. The target date for contract award varies by the item described based on complexity of concept. 1) PNT HUB PHASE I A sealed enclosure containing a SAASM-based GPS receiver for terrestrial applications (host platform) with connectors for external power, antenna and electrical interfaces. Specific aerial applications may also be considered. PNT Hub Phase I is intended to mimic the functionality of an AN/PSN-13A Defense Advanced GPS Receiver (DAGR) and not require any changes to host platform software currently utilizing DAGR as an external source of PNT data. The connectors and external data interfaces shall be of the standard design utilized by DAGR such that the PNT Hub can effectively substitute for DAGR in a DAGR mount and connect to DAGR accessory cables. PNT Hub Phase I shall route PNT data for external devices with a minimum threshold of up to 3; objective up to 4. A technical document identifying the sub-set of standard DAGR Performance Specification (PRF) and Interface Control Document (ICD) applicable to PNT Hub Phase I is TBD. This subset of technical documents is estimated to be 80% of the current full PRF and ICD. Desired Product Availability - FY12. 2) PNT HUB PHASE II A sealed enclosure containing a SAASM-based GPS receiver for terrestrial and potential aerial applications. Connectors for external power, antenna and multiple electrical interfaces including Ethernet such that it can provide PNT capability on a host platform(s). The PNT Hub Phase II would incorporate circuitry to prioritize and route PNT data with a minimum threshold of 6, objective greater than 6 external devices. PNT capability enhancements are envisioned, to include, but not limited to: precise timing devices (ie. chip scale atomic clock), inertial measurement units, external augmentation software, Controlled Reception Pattern Antenna/Anti-Jam antenna integration, etc. It is acknowledged that the PNT Hub Phase II may require modification of host platform software to accommodate the shared PNT source. A technical document identifying the standard Performance Specification (PRF) and Interface Control Document (ICD) applicable to PNT Hub Phase II is TBD. The technical documents for PNT Hub Phase II will maintain the basic PNT functionality. A COTS wireless interface (WiFi/Bluetooth) is contemplated for output of PNT data to external devices. Desired Product Availability - FY14 or prior. 3) EMBEDDABLE GPS RECEIVER IN MINI-GROUND BASED RECEIVER APPLICATIONS MODULE (MINI-GB-GRAM) A chip-mounted SAASM-based GPS receiver that can be integrated/embedded to a host platform mother board or delivered (optionally) installed to a circuit card such that it can substitute for an SSI-GB-GRAM in the Type II SSI form factor. GRAM is an open architecture specification that provides a non-proprietary definition of hardware and software for embeddable SAASM-based GPS receivers. The current production item is the Small Serial Interface (SSI) GB-GRAM. The Mini-GB-GRAM would supplement not replace the current production item and is intended for application that cannot be supported by the SSI-GB-GRAM due to size constraints. The nominal dimensions of Mini-GB-GRAM are not to exceed 1.5 x 1.5 inches. The delivery option provides the opportunity to order Mini-GB-GRAM in a form factor that can substitute for current production item but not be limited to current design or interface parameters. A technical document identifying the sub-set of standard GB-GRAM Performance Specification (PRF) and Interface Control Document (ICD) applicable to Mini-GB-GRAM is TBD. This subset of technical documents are estimated to be 60% of the current full PRF and ICD. The potential for a family of products to support terrestrial, aerial and precision guided munitions domains are envisioned. Separate products to support separate domains are acceptable. Desired Product Availability - FY14 or prior. 4) SAASM INTEGRATION TO COMMERCIAL SMARTPHONE PD PNT seeks input on how best to integrate SAASM to commercial smartphones, e.g., a cradle containing SAASM that would physically connect to a smartphone or a separate device containing SAASM that would interface wirelessly to the smartphone. Key factors: Use of IS-GPS-153 (open architecture) data constructs Full IS-GPS-153 compliant messages is a desired feature Use of commercial open architecture wired or wireless interfaces ~USB ~Bluetooth or WiFi Wireless interface must support encryption Smartphone OS is Android open source A Droid app to interface with & control the SAASM module is desired Desired Product Availability - FY14 or prior. This RFI is for planning purposes only and shall not be considered as an Invitation to Bid, Request for Quotation or Request for Proposal. Additionally there is no obligation on the part of the government to acquire any products described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. 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 developing its acquisition strategy. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Requested Information: Vendors are invited to respond to any or all the above described requirements. Vendors are requested to limit responses to 10 pages per item and should include 1)Description of past performance regarding manufacture of SAASM-based GPS receivers 2)Approach for providing PNT devices as described/defined in the RFI. 3)Projected availability for production representative sample(s). 4)Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost POC information. Responses: Interested firms who believe they are capable of providing the above mentioned items and that meet SECRET clearance requirements are invited to indicate their interest by providing: a)Company name, company address, overnight delivery address (if different from mailing address), Cage Code, point of contact, e-mail address, telephone number, fax number; b)Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc...) c)Affirmation of cleared personnel All responses shall be unclassified. In order to receive classified or For Official Use Only (FOUO) information, interested parties must provide the following information to the Interactive Business Opportunities Page (IBOP): Company Name: Company Cage Code: Corporate Mailing Address: Classified Mailing Address: Security Office Information: Name/Title: Email: Phone: All assumptions, including any assumed government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. The closing date for this RFI is 3:00 PM EST on 18 November 2011. The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. All responses shall be transmitted electronically to the IBOP at https://abop.army.mil, under the Army Pre-Award, CECOM LCMC Market Research section subject as above. The TPOCs for this effort are: Mr. Kevin Coggins 478-327-9976 kevin.m.coggins.civ@mail.mil Mr. Douglas Solivan 443-861-2219 douglas.a.solivan4.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/64b0638e1acb6091cbeed7fbe9cad092)
- Record
- SN02609892-W 20111021/111019234637-64b0638e1acb6091cbeed7fbe9cad092 (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 |