SOURCES SOUGHT
58 -- Unmanned Aircraft Sensors (UAS)
- Notice Date
- 4/9/2020 1:31:12 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- UNMANNED_AIRCRAFT_SENSORS-SOURCE_SOUGHT
- Response Due
- 5/5/2020 5:00:00 PM
- Archive Date
- 05/06/2020
- Point of Contact
- REM D. NGO, Phone: 4103062667, Victoria M. Dorsey
- E-Mail Address
-
rem.d.ngo.civ@mail.mil, Victoria.M.Dorsey.civ@mail.mil
(rem.d.ngo.civ@mail.mil, Victoria.M.Dorsey.civ@mail.mil)
- Description
- SOURCES SOUGHT TECHNICAL DESCRIPTION � INTRODUCTION The US Army Communications-Electronics Command (CECOM) Security Assistance Management Directorate (SAMD) is issuing this sources sought announcement in response to the country of Romania�s request for availability and approximate pricing information regarding Unmanned Aircraft Sensors (UAS) sensors.� Upon receipt of such information, Romania will be able to allocate funding and further develop plans to obtain equipment and services. DESCRIPTION: Need for UAS sensors: For proper planning of the national defense budget, Romania requires pricing/availability information for the sensors of quantity seven (7) aircraft of possibly RQ-7B or RQ-21 types. The intent is to have Intelligence, Surveillance, and Reconnaissance (ISR) equipment consisting of passive sensors (Electro-Optical/Infrared) (EO/IR) and active sensors (Synthetic Aperture Radar (SAR), Ground Moving Target Indicator (GMTI), radio relay). �This request for information is for a Total Package Approach consisting of the system (detailed to cost of components); initial logistic support package consisting of spares, consumables and special tools for the first two years of operation with maintenance levels ranging through operator, intermediate, and depot (the O and I levels being performed by military personnel); ground support equipment, test equipment; training for operation and maintenance. Also requested is the time period between a contract award and the delivery of first sensor system. Include product warranty (minimum 24 months). Any possibility of Romanian partners and/or manufacture in cooperation with Romanian industry. Requirements: Remote video terminals. Video feed to Ground Control Station. Sensors: EO/IR, SAR, laser designator/laser illuminator used simultaneously: Passive Image Intelligence (IMINT) sensors in the visible spectrum (EO) and in infrared (IR). Active IMINT sensors with synthetic aperture radar (SAR). Laser designator/laser illuminator. Communication relay. Encryption of data communications between the aerial platform and ground control station. Continuous gathering of images of terrestrial and maritime objects and activities. Static and dynamic day and night images, in normal visibility conditions. Imager must include metadata in relation to the tracked object. Resolution of images in the visible spectrum: level 7 NATO Imagery Interpretability Rating Scale (NIIRS STANAG 7194) Resolution of images taken by passive IR sensors: level 6 NIIRS STANAG 7194. Resolution of images taken by active sensors (SAR or SLAR) in strip mode: level 3 NIIRS STANAG 7194. Resolution of images taken by active sensors (SAR or SLAR) in spot mode: level 6 NIIRS STANAG 7194. Communication sensors: Search, identification, interception, recording, and automatic localization of radio broadcasts in 1.5MHz � 14GHz range. Automatic analysis of intercepted signals. Scanning based on known threat list, signal search in spread spectrum and burst type. Azimuth scanning angle: 360 deg. Real time ground monitoring of intercepted signals. Possibility of filtering the output based on user criteria. Onboard recording of intercepted signals. Number of targets (emitters) simultaneously monitored: 500. Non-Communication sensors: Search, intercept, identification and localization of non-communication broadcasts from maritime, ground and aerial platforms from 0.5 � 18GHz. Interception and localization of pulse signals and continuous wave (CW) including FMCW. Azimuth scanning angle: 360 deg. Storage database capacity: >10000� emission nodes/ emitters signatures. Number of emitters simultaneously monitored: 250. Measurements include: central frequency, frequency band, amplitude/power, power density (PD), pulse repetition interval (PRI), angle of arrival (AOA), time of arrival (TOA). Signaling the presence of intrapulse: POP, FMOP, AMOP, PMOP. Intercepted signals recording in I/Q format, for later analysis. Instantaneous bandwidth 100 MHz. Ground electronic status report. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Item: Hardware delivery �Location: Delivery at origin to Freight Forwarder or Defense Transportation Service Item: Training, installation, and support services Location: Europe (Romania) DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND CECOM SAMD is designated as the implementing agency�s executive for this Foreign Military Sales (FMS) RESPONSES Interested parties are requested to submit a capabilities statement of no more than thirty (30) pages in length. Additional material without limit may be provided in the form of specification sheets, items descriptions, and product presentations. The deadline for response to this request is no later than 8 pm, EST May 5 2020. All responses under this Sources Sought Notice must be e-mailed to Rem D. Ngo at rem.d.ngo.civ@mail.mil � This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? 3.) A Rough Order of Magnitude estimate, or estimates, for the scope of this work. If different courses of action are possible, or if optional hardware solutions are available, each may be presented and separated addressed. If a response is based on caveats and assumptions regarding requirements and acceptable solutions, please be free to state such and offer the different options. �4.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Rem D. Ngo, in either Microsoft Word or Portable Document Format (PDF), via email rem.d.ngo.civ@mail.mil All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. � No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. PSC: 5840 Radar assemblies; 5841 Radars airborne; 5855 Night vision: 1550 Unmanned aircraft; 6530 Optical instruments NAICS: 334511 Radar systems, surveillance systems; 333314 Optical instrument manufacturers
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1bc69f5ecd0e45afbf52d2edd9a2835f/view)
- Record
- SN05616984-F 20200411/200409230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |