SOURCES SOUGHT
99 -- Direction Finding System
- Notice Date
- 6/16/2020 4:23:10 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- AVIATION LOGISTICS CENTER (ALC)(000 ELIZABETH CTY NC 27909 USA
- ZIP Code
- 27909
- Solicitation Number
- (70Z03820IE0000003)
- Response Due
- 7/24/2020 7:00:00 AM
- Archive Date
- 08/08/2020
- Point of Contact
- Rose A Bateman
- E-Mail Address
-
Rose.A.Bateman@uscg.mil
(Rose.A.Bateman@uscg.mil)
- Description
- Description: This is a sources sought synopsis only, not a solicitation announcement and is issued solely for informational and planning purposes. This posting is not a Request for Proposals (RFP) or a Request for Quotations (RFQ), and it is not considered to be a commitment by the Government to award a contract nor is the Government responsible for any costs incurred in furnishing information provided under this sources sought. No basis for claim against the Government shall arise as a result from a response to this sources sought or Government use of an information provided. Further, The Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this sources sought. The Government reserves the right to use any information provided by respondents for any purposed deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market. At this time no solicitation exists; therefore, do Not Request a Copy of the Solicitation.� It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The United States Coast Guard (USCG) Aviation Logistics Center (ALC) is conducting market research to determine a technical solution for Direction Finding technology for our aviation fleet. The sources sought will help the government to determine what commercial solutions and sources exist. The government will further use this information to help determine and appropriate acquisition strategy for this effort. Background In June 2014, Cosmicheskaya Sistyema Poiska Avariynich Sudov (COPAS)-Search and Rescue Satellite-Aided Tracking (SARSAT) selected a Direct-Sequence Spread Spectrum (DSSS) solution to meet new operational requirements of new 2nd generation distress beacons. These beacons allow for increased accuracy for the independent location performance, reduced detection time, and decreased signal interference. This new generation of beacon is slated to be made available for public use in calendar year (CY) 2021. The current direction finding system used on Coast Guard search and rescue platforms will not be able to detect or display 2nd generation signals from the new beacons. Direction Finder Systems Functional Requirements The Direction Finding (DF) system shall provide capability to receive, monitor, home on, and display bearing (DF capability) of radio signals throughout the full 360 degree azimuth. These frequencies/signals shall encompass: All user-selected frequencies from 30 MHz to 406.9975 MHz All International and U.S. VHF Marine Radio channels The following distress frequencies 121.5 MHz 156.525 MHz (Digital Selective Calling (DSC), Marine Radio Channel 70), to include distress (threshold) and non-distress (objective) message decoding 156.8 MHz (Marine Radio Channel 16) 243.0 MHz COSPAS-SARSAT both civilian and military modes Advanced Research and Global Observation Satellite (ARGOS) Automatic Identification System (AIS) distress and Man Overboard (MOB) Cellular signal DF (objective) L-Band (Iridium/Inmarsat) signal DF The DF signal source audible tone shall be selectable (on/off) during homing. The DF system shall not impede simultaneous receiver or transmitter capabilities on other Communications systems. The DF system shall notify pilots when the DF receiver detects a Radio Frequency (RF) alert. The DF shall have the ability to select which reference beacons to ignore. The ability to select which frequencies notify pilots (objective). DF system shall be capable of displaying multiple Lines of Bearing (LOB) from the same signal source. The DF system shall have the capability to select (on/off) individual LOBs. The DF system shall be capable of full integration with Operation Flight Program (OFP) DF accuracy of direction of signal source shall be within +/- 2 degrees of any signal meeting the DF system minimum reception capability. The DF system shall be able to acquire and provide an accurate direction to a properly functioning COSPAS-SARSAT beacon or radio source from 60 nautical miles (NM) at 5000 feet Above Ground Level (AGL)/Above Water Line (AWL) with no signal obstructions. The DF system shall provide manual entry, storage and recall of at least 10 preset DF frequencies. The DF system shall be capable of simultaneously monitoring 121.5MHz, 243.0 MHz, VHF Channel 16, and Digital Selective Calling (DSC) channel 70, and continually scanning of additional frequencies (4 channels). The DF system shall be capable of receiving and displaying AIS/DSC alerts. The DF system shall be capable of Maritime Mobiles Service Identity (MMSI) tracking. DF system shall be capable of tracking manually entered MMSI. The DF system shall use open architecture software to allow for future software upgrades for software defined radios. DF system should conform to the recommendations of the Sensor Open Systems Architecture (SOSA). The DF system should be capable of 3-dimensional geolocation (objective). Direction Finder Systems Technical Requirements The DF system processing unit shall not exceed 2.25in (W) x 14.60in (L) x 7.65in (H) in size. The DF system antenna shall not exceed 11.44in (W) x 12.40in (L) x 4.2in (H) in size. The DF system processing unit shall not exceed 8 pounds (lbs). The DF System antenna shall not exceed 8lbs. The DF system shall provide dual control and dual output/display via MIL-STD 1553B and ARINC 429. The DF system shall have the option to be controlled via Ethernet. The DF system shall operate through aircraft DC Power system not to exceed 28VDC or be compatible with existing power connections 115 Volts Alternating Current (VAC)/400Hz. When responding to this Sources Sought, please include the following information: Provide a specification sheet and mounting requirements/layouts for any proposed antenna solutions. This also can include a capabilities statement. Is the solution currently in production?� If not, when is the product planned for production? Please indicate an estimate of how long of a lead time would your company need to facilitate the development of your platform to meet our needs. Please provide the details and terms of any standard warranty and support for repair included with the product. Is your product available via Government Supply Agency (GSA) or the Defense Logistics Agency (DLA)? Is your business a large or small business? Is your firm a certified hubzone firm, woman-owned or operated or certified Service-Disabled Veteran-Owned?� If so, indicated which apply. Do you have other Government/military agencies using the product, and if so which agencies, POCs and contract numbers? What additional information would be needed from the USCG to better provide an answer to this Sources Sought or any potential Request for Proposal (RFP) for this type of solution? Responses to this notice should include company name, address, telephone number, and point of contact (POC). After the review of the responses to this sources sought announcement, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on the Contract Opportunities website, previously (Federal Business Opportunity (FBO)).� Responses to this sources sought synopsis are not adequate responses to any future solicitation announcements. All interested offerors will have to respond to the solicitation in addition to responding to this source sought synopsis. Responses to this sources sought synopsis are NOT a request to be added to a prospective offeror�s list or to receive a copy of the solicitation.� Email responses are preferred and may be sent to Rose.A.Bateman@uscg.mil.� Please indicate �Direction Finding System 70Z03820IE0000003� in the subject line. Contracting Office Address: United States Coast Guard (USCG) Aviation Logistics Center (ALC) Engineering Services Division (ESD) Procurement Building 78 1664 Weeksville Road Elizabeth City, NC 27909
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bd0885e7dba844d391afaca3f53db066/view)
- Place of Performance
- Address: Elizabeth City, NC 27909, USA
- Zip Code: 27909
- Country: USA
- Zip Code: 27909
- Record
- SN05693344-F 20200618/200616230211 (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 |