Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2012 FBO #3847
SOURCES SOUGHT

58 -- Communication Emitter Sensing and Attack System (CESAS) II

Notice Date
6/4/2012
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND 2200 Lester Street Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M67854CESASRFI
 
Response Due
6/29/2012
 
Archive Date
7/31/2012
 
Point of Contact
Valerie Tolan, Contracting Officer, 703-432-4277, valerie.tolan@usmc.mil
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
MARKET SURVEY/REQUEST FOR INFORMATION (RFI). The Marine Corps Systems Command seeks to identify sources capable of providing currently available non-proprietary equipment and software including Commercial Off-the-Shelf, Non-Developmental Items, and Government Off-the-Shelf components to support the Marine Air-Ground Task Force Commander ™s Information Operations plans for the CESAS II ground electronic attack capability. The system will support missions in detecting, denying, degrading, or delaying threshold signals of interest or signal types. This RFI seeks vendors with capabilities that can meet system capabilities described herein with little or no modification to existing technologies. Description The desired system should conduct reactive, preemptive, automatic, and manual functions that detect, deny, degrade, or delay Signals of Interest (SOI) or signal types. The system is required to be re-configurable for detection and mission execution of the SOI or signal type contained in the mission tasking message. System functionality may include support for software parameters download and re-configuration of software defined hardware equipment in order to prosecute new mission tasking utilizing Techniques, Tactics, and Procedures (TTPs) defined or detailed in the new tasking message. The system shall determine utilization factors and existing resources, and will handle new mission tasking. The system should determine whether utilization factors require re-allocation of resources based on new task priority vice current missions execution tasking. The TTPs should be agnostic of layer 1 (Physical Layer) or layer 2 (Data Link Layer) in the Open System Interconnection protocol stack or Transmission Control Protocol/Internet Protocol stack. The basis for the architecture implementation should be open scalable standards. Open standards based middleware should be used to convert the TTPs to Platform Specific Module(s) that in turn handle layer 1 and layer 2 details such as the modulation scheme, protocol reservation scheme (Time Division Multiple Access, Frequency Division Multiple Access, Code Division Multiple Access, etc.), and forward or reverse management schemes (in-band or out-of-band signaling schemes). Examples of open scalable standards are the Software Defined Radio, Object Management Group, Joint Tactical Radio System (JTRS), Joint Program Executive Office documents, and Institute of Electrical and Electronic Engineering Standards. The system should be capable of adjusting the Effective Radiated Power (ERP) via the Algorithms and TTPs such that the cyclic nature of the ERP is controllable and adaptive and is sufficient for mission execution while maintaining Power Amplifier efficiency at different power output levels. Re-configuring antenna(s) via software control should help reduce Radio Frequency-fratricide by selecting an appropriate antenna pattern. The system should reply to originator of new mission tasking with estimated effective radiated power and antenna pattern required for completing new mission tasking (via utilization of specific antenna pattern chosen based on TTPs selected to be most effective given mission parameters). System Algorithms and TTPs should allow collection of algorithms and TTPs ™ Measurements of Effectiveness (MOEs) for analysis. On-line library descriptions of target(s) at layer 1 and layer 2 in the protocol stack shall assist the Operator in determining cause and effect of using a specified technique or procedure. The MOE alerts will display to the Operator for determination of appropriate TTP for the mission scenario. The MOE collection and analysis shall not affect performance of mission scenario. The system shall be compatible with the five Net-Ready Key Performance Parameter elements in Chairman of the Joint Chiefs of Staff Instruction 6212.01E: (1)Compliant solution architecture; (2)Compliance with net-centric data and services strategies; (3)Compliance with applicable Global Information Grid and Technical Guidance; (4)Compliance with Department of Defense (DoD) Information Assurance requirements; and (5)Compliance with supportability requirements, to include spectrum utilization and information bandwidth requirements, Selective Availability Anti-Spoofing Module, and the JTRS, as applicable. Tagging of all exchanged system data shall be in accordance with the Joint Technical Architecture in the DoD Information Technology Standards and Profile Registry standard for tagged data items (Extensible Markup Language (XML)). Registration of tags shall be in accordance with the DoD XML registry and clearinghouse policy implementation plan. The system components should provide stationary and on-the-move capabilities and should be lightweight, modular, scalable, reliable, cost effective, ruggedized, and economically sustainable. The desired system is not envisioned as a one-box solution, but as a modular functional-based system comprised of a collection of subsystems. The system ™s form factor may be such that the set of subsystems utilized to execute particular mission tasking can vary depending on mission parameters. The system should be able to withstand unimproved road conditions and rugged terrain. It should be capable of integration with multiple platform types. The desired system and equipment should be able to maintain a reliable operational status in garrison and combat operations. It is desired that the hardware and software be compliant with appropriate sections in, but not limited to, MIL-STD 130, 461F, 810F, 882, 1366E, 1472G (sec 5.9.11.3), SECNAVINST 5000.2E, and NAVSEAINST 8020.7C. The system will comply with current anti-tamper and information security requirements and be capable of evolving to meet state-of-the-art technology advances designed to protect information from unwanted exploitation as imposed by National, DoD, and joint policy. The system software should support the ability to constrain and control awareness of the existence of information. Instructions to Responders This announcement contains all information required to submit a response. No additional forms, kits, or other materials are required. Sources capable of satisfying the above requirements should submit capability statements/expressions of interest providing the Government information sufficient to determine actual capability. Submissions should include a summary sheet with the following elements: For each hardware item include: -Dimensions/Weight -Rough Order of Magnitude (ROM) Cost -Modularity and Scalability in Architecture -Power Source Requirements (to include power draw at the different power source) -Operating Bandwidth; Include frequency band breaks in covering frequency range 20MHZ to 8GHZ -Production Timeline -Mean Time Between Failures -Special Features -Remote Command Shut-Off Capability -Software/Firmware Application Programming Interface (API) Availability -Description For software items include: -Operating System Requirements -Hardware Requirements -ROM Cost -Licensing Model (floating, per seat, subscription, etc.) -Software API Availability -Description Responses should include performance limitations of the available existing solution and insight on possible alternative technologies that may meet the Government ™s needs. Responses to this RFI must be electronically submitted in a Microsoft Office compatible format and should not exceed 30 pages. Responses are due by 29 June 2012. Please send e-mail responses to the Contracting Officer, Ms. Valerie Tolan, valerie.tolan@usmc.mil. No formal reply will be provided in response to individual RFI submissions. Respondents shall not contact the Government to inquire about the status of their submissions. Firms should submit their GSA contract number and schedule, if applicable. Questions and comments must be focused on the requirements. This sources sought is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a Request for Proposals (RFP). No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation. In addition, the Government is under no obligation to pay for information submitted in response to this notice, and responses to this notice cannot be accepted as offers. Any information that the vendor considers proprietary should be clearly marked.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M67854CESASRFI/listing.html)
 
Record
SN02765112-W 20120606/120604234911-d877bc544f431931bcee2224eafe6b74 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.