SOURCES SOUGHT
58 -- Request for Information for Tactical Signal Intelligence Payload
- Notice Date
- 4/16/2012
- 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
- W15P7T12RC505
- Response Due
- 4/30/2012
- Archive Date
- 6/29/2012
- Point of Contact
- Michael Peduto, 4438614757
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(michael.p.peduto2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI) to identify potential sources for the production and support of the Tactical Signal Intelligence Payload (TSP) for the MQ-1C, Gray Eagle Unmanned Airborne System (UAS).The purpose of this RFI is to develop the acquisition approach for the TSP Block 0 production program. The intent is to field TSP Block 0 capabilities as defined in the classified TSP Block 0 Technical Capability Document, see note, starting in FY14. The intent of this survey is to identify potential sources for a system that is fully qualified to operate on the MQ-1C, Gray Eagle. This system shall not require any design/development or integration activities, except for modification of the POD interface to the Gray Eagle. For future software upgrade capabilities, this hardware and software (airborne POD and Ground Workstation) shall be based on open and modular architecture. TSP system provides emitter mapping and situation awareness to the Brigade Combat Team (BCT). The system provides the BCT with a comprehensive picture of electronic emitters and the ability to detect, identify, geolocate, and copy emitters, including High Value Targets (HVTs). TSP consists of a TSP SIGINT system in an airborne pod and a Ground Workstation (GWS). The POD will be mounted on the inner pylon mount on the wing of Gray Eagle, and the GWS will be located in a secured location away from Gray Eagle One System Ground Control Station (OSGCS). The airborne POD performs SIGINT emitter detection, identification, direction finding, copy data and transmits encrypted data to the OSGCS via datalink and then transfers the information to the GWS. The GWS provides warfighter machine interface (WMI) for payload command and control, performs emitter mapping and geo-location, displays data to the operator and interfaces to external networks to provide data to the User for consumption. TSP system capabilities can be found in the classified TSP Block 0 Technical Capability Document, see note. The system delivery requirements are to commence 12 months after receipt of order with delivery of the initial Lot 1 quantity anticipated to be completed within 12 months after first delivery. The total estimated quantity of 95 systems is spread over 5 years in the following lots and the contract award date is anticipated to be in 1st Qtr FY13: Lot 1: 12 (LRIP) Lot 2: 16 (FRP) Lot 3: 20 (FRP) Lot 4: 24 (FRP) Lot 5: 23 (FRP) The Average Unit Production Cost (AUPC) for the TSP system is $950K for lots of 24 systems. Any potential sources will require a Top Secret/Sensitive Compartmented Information (TS/SCI) properly accredited facilities with adequate TS/SCI cleared personnel to manage and produce TSP systems. The facilities shall be Army accredited or have an ability to get a co-use utilization agreement in place with existing accreditor. Note: The Classified TSP Technical Capabilities Document can be obtained from Mr. Kahraman Koseoglu, 443-861-0722, Kahraman.koseoglu@us.army.mil. All interested sources must be cleared for access to classified data. Classified information will be provided to interested parties via mail. Interested sources must provide their company's street address, CAGE Code, classified mailing address (if different then street address), and facility security managers contact information in order to receive classified data. The government will verify facility clearance and proper safeguarding procedures for each respondent prior to sending classified information. Suppliers capable of providing the required production system and support services must indicate in writing to: Unclassified responses only: PM ARES 6006 Combat Drive ATTN: Paul Yao Building 6006, Room B1-125, Pod 29 Aberdeen Proving Ground, MD 21005 Or by email to: (Paul.Yao@us.army.mil) The responses must include documentation such as drawings, qualification test results and other technical information demonstrating that the supplier can provide the required hardware, software and services. The deadline for responses is 17:00 April 30, 2012. Unclassified/FOUO responses can be sent to Mr. Kahraman Koseoglu, I2WD, Attn: RDER-IWG-IF / Kahraman Koseoglu, 6003 Combat Drive, APG, MD 21005. No classified information shall be submitted through any unclassified email system. Please note that certain capabilities that are unclassified with some programs may become classified when associated with the TSP program. Classified responses: Documents containing classified information must be properly marked. Responses up to TS/SCI can be faxed, but please coordinate with Mr. Koseoglu, phone: 443-861-0722, Kahraman.koseoglu@us.army.mil, before for submission. Responses must include company name, address, point of contact, telephone number and email address. This RFI is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect charges to the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. Interested parties are responsible for adequately marking proprietary or competition sensitive information contain in their response. There is no page limit for the responses. All responses should be submitted in the English language.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b66d87dbc436ecf6c7e80547ab153b90)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02722712-W 20120418/120416234454-b66d87dbc436ecf6c7e80547ab153b90 (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 |