SOURCES SOUGHT
A -- Small Form Factor, Tactical Fire Control Radar
- Notice Date
- 5/12/2016
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-16-X-05FU
- Archive Date
- 6/28/2016
- Point of Contact
- Jessica Gondela, , Christie Vicci, Phone: 9737244179
- E-Mail Address
-
jessica.m.gondela.civ@mail.mil, christie.r.vicci.civ@mail.mil
(jessica.m.gondela.civ@mail.mil, christie.r.vicci.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION: The U.S. Army Contracting Command (ACC) - New Jersey 07806-5000, in support of the Armament Research, Development, and Engineering Center (ARDEC), is conducting a market survey to understand industry capability to provide a radar capable of generating fire-control quality data, enabling the kinetic defeat of small aerial targets. This requires tracking small Radar Cross Section (RCS) aerial targets and kinetic rounds (e.g. bullets). The radar would be vehicle mounted, small, lightweight, affordable, and be suitable for stationary and on-the-move operations. As a result of issuing this Request for Information (RFI), the Government expects to receive white papers describing proposed concepts and technologies. The RFI responses should identify radar designs that will support the ARDEC system concept and include a credible development path, with estimates provided on costs and timeline. SYSTEM OVERVIEW: ARDEC has developed a system of systems concept to address low flying, small RCS aerial threats in support of maneuver forces. This system is comprised of Unmanned Aerial Systems (UAS) detection and tracking sensors being networked to defeat mechanisms such as the Common Remotely Operated Weapon Station (CROWS). A component of this overarching concept, and the subject of this RFI, is a tactical fire control radar. Initially, ARDEC is seeking a tactical fire control radar capable of: Detecting and tracking Group 1 UAS. Capable of integration onto a vehicle-mounted CROWS. Other UAS categories and other threats are of interest, but are not the focus of this RFI. The tactical fire control radar will provide target engagement data to an on-board fire control system for a weapon system, as well as track outgoing projectiles for purposes of increasing the accuracy of the on-board weapon. It is envisioned that the system will ultimately have a full, on-the-move capability. In the near-term, the system may operate in a stationary configuration. REQUIREMENTS: ARDEC envisions an incremental, evolutionary approach to system development, culminating in a system that has 360 degree azimuth coverage and on-the-move capability. Initial efforts will focus on a near-term demonstration of specific parameters. Requirements for the near-term demonstrator and the long-term capability are listed below. Near-Term Demonstrator: Threshold Requirements Ability to simultaneously search to a range of 3km, track one or more hovering and/or maneuvering Group 1 UAS, and track outbound projectiles used for engagement. Update rate and accuracy measurements in search mode should be sufficient to initiate track at 1.5km. Track Group 1 UAS threat at range of 50m to 1.5km with accuracy requirements ≤750 microradian angular accuracy, ≤1m range accuracy, and ≥20Hz update rate. Must be able to track an outbound.50 caliber round for the purpose of increasing accuracy. For modelling and performance prediction purposes, the.50 caliber munition can be treated as having the RCS of a 1.5cm conducting sphere. Must detect and track both rotary and fixed wing Group 1 UAS. Group 1 is defined as <20lbs at lift-off, operating <1,200 feet Above Ground Level, with a speed of up to 100 knots. The U.S. RQ-11 Raven and the WASP are representative of UASs in this class. Angular radar coverage should be +/- 45 degree azimuth (aligned on weapon boresight) with an elevation coverage of -20 to 60 degrees. Weapon boresight can be directed to any fixed azimuth position across 360 degrees, at the discretion of the operator. Must be able to accept real-time search-quality external cues. Must communicate target data to an external system in real-time. System must be integrated onto a vehicle-mounted CROWS. The radar front-end receive and transmit antenna assembly must be integrated onto the CROWS, with or without the radar signal/data processor, which may be installed elsewhere in or on the vehicle. The CROWS common interface can support up to approximately 65lb weight and 29in maximum width. Must be operable on Stryker power. Must be air cooled. Objective Requirements (Objectives exceeding thresholds noted in Bold font) Ability to simultaneously search to a range of 5.5km, track 10 Group 1 UAS, and track outbound projectiles used for engagement. Track Group 1 UAS threat at a range of 50m to 2.5km with accuracy requirements ≤400 microradian angular accuracy, ≤1m range accuracy, and ≥20Hz update rate. Angular radar coverage should be +/- 45 degree azimuth (aligned on weapon boresight) with an elevation coverage of -20 to 90 degrees. Demonstrate ability for the system to operate on-the-move. This capability can be demonstrated in a tiered approach, initially search on the move, and ultimately track-while-search. Long-Term Capability: Long term capability adds the following features to the near term objective requirements: System is no longer restricted to CROWS mount, but must still be vehicle-mounted. Expands azimuth coverage to 360 degrees. Expands target classes to include additional small-RCS classes of targets, including Rockets, Artillery, and Mortars (RAM), Anti-Tank Guided Missiles (ATGM), light vehicles, and dismounted personnel. Expands outbound projectile classes to include 7.62mm, 30mm, 40mm, and 50mm rounds. RESPONSE SCOPE: Responses shall be provided in whitepaper format, limited to 30 pages in length. All responses should present a technical approach for the radar design and the anticipated physical attributes of the radar proposed to meet the threshold requirements, objective requirements, and long-term capability. Responses should include radar performance predictions and an assessment of all technical risks. Projections for developmental and production cost, down to the major sub-system level, and risk, should be included. The cost for a complete tech data package should be estimated. Opportunities for cost reduction in development and/or production should be identified. Additional information to enhance the credibility of performance and cost projections should be included. This information could be in the form of: previous design results, past test performance, laboratory data and existing cost data on programs or production systems. Development path and schedule to the various near-term demonstrator and long-term capability requirements should be included. Delivery of the near-term demonstrator in 12 months is desirable. Requirements that are major hurdles should be identified, with recommendations for technical mitigations where appropriate. RESPONSE INSTRUCTIONS: Firms/companies are invited to indicate their interests by providing specifications, brochures, manuals, reports, demonstration video and other technical data as well as identification of current customers and any available GSA or other Federal Supply Schedule contract vehicles. In addition, please provide the firm's name and address, point of contact with telephone number and email address, and size of business (small/large) per the listed NAICS. This market survey is for information and planning purposes only; it does not constitute a Request for Proposal (RFP), and is not to be construed as a commitment by the U.S. Government. The U.S. Government implies no intention or opportunity to acquire funding to support current or future efforts. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. The information must be submitted within thirty calendar days from the date of this publication to: U.S. Army Contracting Command New Jersey, ACC-NJ-JA, ATTN: Jessica Gondela, Building 9, Picatinny Arsenal, NJ 07806. Electronic submittals are preferred and should be sent to Email: jessica.m.gondela.civ@mail.mil. Phone inquiries will not be addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1d7c0e89ff30a25abc9d4a46dbe46b76)
- Record
- SN04115728-W 20160514/160512235200-1d7c0e89ff30a25abc9d4a46dbe46b76 (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 |