SOURCES SOUGHT
58 -- Request for Information (RFI) for the production for the Synthetic Aperture Radar/Ground Moving Target Indicator (SAR/GMTI) Radar.
- Notice Date
- 2/17/2012
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-08-C-P427
- Response Due
- 3/8/2012
- Archive Date
- 5/7/2012
- Point of Contact
- Jennifer Jennings, 443-861-4772
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(jennifer.l.jennings1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- I.SUBJECT: Request for Information (RFI) for the production for the Synthetic Aperture Radar/Ground Moving Target Indicator (SAR/GMTI) Radar. a.The US Army Program Executive Office Intelligence, Electronic Warfare & Sensors (PEO IEW&S) in support of Product Manager Robotics and Unmanned Sensors (PM RUS) is conducting a market survey to identify production sources for a Synthetic Aperture Radar/Ground Moving Target Indicator (SAR/GMTI) radar. b.The SAR/GMTI system will provide a Brigade Combat Team and Division/Corps battlefield commander with the capability to image stationary targets and detecting moving targets in adverse weather and through battlefield obscurants. The SAR/GMTI sensor shall be capable of detecting and classifying commercial sized vehicles (pick-up sized targets). c.Deliveries of systems shall commence no later than 12 months after contract award and shall be completed within 12 months of first delivery; all systems will be delivered within 24 months of award. II.SAR/GMTI Performance Requirements: a.Synthetic Aperture Radar (SAR) i.Slant Range: Operate out to a minimum of 20 km and detect 90% of commercial vehicle (5.15m x 1.75m x 1.86m). ii.Image Resolution: 1m & 0.3m resolution Strip Map mode; and 1m, 0.3m, and sub-1ft resolution Spot Mode. iii.Target Location Error (TLE): The SAR modes shall have a geolocation accuracy, with Circular Error Probable (CEP) of 50 percent, of 25 m at any point within the image. b.Ground Moving Target Indication (GMTI) i.Vehicle Detection: Operate out to a minimum of 20 km and detect 85% of targets with radial velocities between 10 kph and 120 kph at all look angles for a Standard Military Target (5.15m x 1.75m x 1.86m; 10m2 RCS) ii.Vehicle Target Location Error (TLE): The radar payload GMTI vehicle mode shall have a geolocation accuracy, with Circular Error Probable (CEP) of 50 percent, to 40m at a slant range of 14km. iii.Vehicle Classification: Provide at least a 70% GMTI probability of classification (wheeled versus tracked) during a single-scan out to a minimum of 10 km. iv.Man-Sized Detection: Operate out to a minimum of 10 km and detect 85% of targets with a minimum detectable velocity of 0.5 m/s at all look angles for a Standard Man-Sized Moving Target (0.5m2 RCS) v.Man-Sized Target Location Error (TLE): The radar payload man-sized mode shall have a geolocation accuracy, with Circular Error Probable (CEP) of 50 percent, to 50m at a slant range of 10km. c.Flight Profile for performance requirements i.Air Vehicle Ground Speeds less than or equal to 31 m/s. ii.AV operational flight-altitudes from 10,000 ft above ground level (AGL) up to an altitude equal to the lower of 25,000 ft AGL and 29,000 ft MSL d.Weight: Total Weight for B-Kit shall not exceed 70 lbs. e.Volume: 16 inches height X 27 inches width X 19 inches depth f.Power: Peak power shall not exceed 750 Watts at 28 Vdc g.Mean Time Between Failures: 750 hours with 80% confidence h.Data Formats: i.Target reports shall be in accordance with North Atlantic Treaty Organization (NATO) Standardization Agreement (STANAG) 4607 ii.Exporting and Storage of data standards including but not limited to STANAG 4607 iii.Command and Control (C2) message interfaces shall be in accordance with North Atlantic Treaty Organization (NATO) Standardization Agreement (STANAG) 4586 III.Information requested: a.Qualified vendors must have sufficient production capacity to produce a minimum of 6 radars a month while meeting or exceeding all requirements identified. b.Suppliers capable of furnishing these units must do so in writing and shall identify their capability of producing the end item within the specified timeframe identified. c.If the existing product is in production, the respondent must provide a government point of contact that can support the claims made in the response. i.The response should have a short introductory description of the approach to be taken, technical description of the proposed system/technologies to be employed, how this approach meets the anticipated requirements. ii.Additionally, the respondent shall address the number of systems that have been produced during the production phase. d.If the existing product is in the pre-production phase, the respondent must address what would be required to realize a full production capability. i.Additional documentation such as formal test results and assessments from a government test agency, product descriptions, previous performance, must be appended. If formal test results are not available, the respondent shall describe how this will be accomplished prior to contract award assuming a 2nd Qtr FY 13 award date. In addition, test data, in the data formats specified should be submitted along with the response. e.The respondents must address production and surge capability and capacity. f.Qualified vendors must provide unit costs, Integration Readiness Levels (IRLs), Technology Readiness Levels (TRLs) and Manufacturing Readiness Levels (MRLs) for the radar system. g.Interested parties must also address any production facilitization. IV.Submission: a.Respondents are requested to submit one electronic copy with "SAR/GMTI Production" in the subject line to Stephen Antunes at stephen.antunes@us.army.mil and Kim Koch at kim.d.koch@us.army.mil b.If electronic submission is not available respondents may submit one hard copy to: PdM RUS ATTN: Kim Koch Bldg 6006, B2-133, Combat Drive Aberdeen Proving Ground, MD 21005 c.Written responses shall be submitted within twenty (20) days of announcement. There is a 5MB email limit. Responses shall be limited to no more than 10 pages in length, to include the cover. All RFI responses should include a non-proprietary cover page, which includes your company name, technical point of contact, and contact information. This market survey is not a request for competitive proposals. Capabilities/qualifications will be evaluated solely for the purpose of conducting market research. Responses will be evaluated for their viability. The determination of procurement strategy, based upon the responses to this market survey, is solely within the discretion of the government. All sources may submit a response, which will be considered by the government. This market survey is for information and planning purposes only, does not constitute a solicitation for bids or proposals, and is not to be construed as a commitment by the government. The government will not pay for any effort expended in response to this market survey. Incremental and follow-on submission may be accepted upon request by email to stephen.antunes@us.army.mil and kim.d.koch@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/19fcd353744fa92eb3f26a533e8a634a)
- Place of Performance
- Address: ACC-APG HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02678501-W 20120219/120217234925-19fcd353744fa92eb3f26a533e8a634a (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 |