Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2023 SAM #7879
SOURCES SOUGHT

M -- Airborne Maritime Surveillance Multi-Mode Radar

Notice Date
6/22/2023 12:19:05 PM
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
AIR AND MARINE CONTRACTING DIVISION WASHINGTON DC 20229 USA
 
ZIP Code
20229
 
Solicitation Number
2023RFIAIRBORNEMMR
 
Response Due
7/7/2023 2:00:00 PM
 
Archive Date
07/22/2023
 
Point of Contact
Brenda Mealer
 
E-Mail Address
brenda.mealer@cbp.dhs.gov
(brenda.mealer@cbp.dhs.gov)
 
Description
CBP Mission Support � Airborne Maritime Surveillance Multi-Mode Radar Request for Information (RFI) 1.� PURPOSE This is not a solicitation announcement. �This is a Request for Information (RFI) released pursuant to FAR 15.201(e).� This RFI is issued solely for information, planning purposes, and market research only; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. �This RFI does not commit the Government to contract for any supply or service. U.S. Customs and Border Protection (CBP) is not currently seeking proposals. Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI.� Any responses received will be used by the Government solely for the purpose of making appropriate acquisition decisions. �There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. �The Government does not intend to award a contract based on this announcement or otherwise pay for any information submitted by respondents to this request. �This notice is for market research purposes only and is not indicative of a full requirement. CBP, Air and Marine Operations (AMO), National Security Missions are interdiction, investigation, domain awareness, contingency operations, and national taskings.� In support of these core competencies, CBP utilizes a wide range of sensors and systems.� Domain awareness is a critical contributor to securing the nation's borders and combating criminal organizations.� AMO shares real-time, actionable information by linking a vast network of sensors, sensor-equipped aircraft, and vessels through the Air and Marine Operations Center. 2.� BACKGROUND AND OBJECTIVES AMO is conducting market research on the availability of an Airborne Maritime Surveillance Multi-Mode Radar (MMR) for CBP�s P-3 and DHC-8 Maritime Patrol Aircraft (MPA).� These systems are a key enabler for the missions these aircraft perform.� The MPA is a major contributor to overall performance of the DHS�s statutory and strategic missions with specific contributions to Maritime Safety, Maritime Security, and Maritime Stewardship across a vast area of responsibility (AOR).� MPA are strategically important assets that enable DHS operational leaders to protect the Homeland from a wide array of agile threats.� To maintain the required capability and extend its operational reach throughout the maritime AOR, DHS requires a replacement for the currently installed MMR due to obsolescence.� AMO is seeking information on a system that will replace its existing aircraft MMRs which are near the end of their service life. � 3.� REQUIREMENTS This is a high-level overview of the requirements necessary to fulfill existing MPA MMR requirements.� The MMR directly supports DHS missions and any other Agency missions as required. To enable this support, the MMR shall include, but is not limited to, the following capabilities:� 3.1�Performance 3.1.1��� The vendor shall provide the radar cross section (RCS) performance parameters for small, medium, and large targets.� These parameters should be correlated to different sea states, vessel speeds, and stand-off range. 3.1.2��� The vendor shall provide the air search mode performance parameters in accordance with section 3.8.� 3.1.3��� The vendor shall provide the radar�s ability to operate in maritime surface surveillance and air search modes simultaneously.� 3.1.4��� The vendor shall provide the radar�s weather observation mode performance parameters. ???????3.2��Salient Requirements The MMR shall: Provide radar track detection data to be processed by CBP�s Mission Management System (MMS).� Provide track and classification to CPB�s MMS for processing. The radar data should include but is not limited to correlating radar to Automatic identification system (AIS), AIS to Digital Nautical Chart (DNC), radar to DNC, and DOD and foreign IFF at the UNCLASS level or higher levels of classification appropriate to the platform.����� Be fully controllable by the MMS.� Pass track data to the MMS. Have a Synthetic Aperture Radar (SAR) mode. Have an Inverse SAR (ISAR) mode. Pass STRIP SAR/ISAR imagery to the MMS. Be capable of automatic track initiation of all detected targets in SAR modes. Be capable of automatic track initiation of all detected targets in all search modes. Provide the means in the search modes for the operator to designate targets for tracking. Be operated with full functionality from any MMS station. Display radar data (with the exception of weather radar) in color in accordance with Radio Technical Commission for Aeronautics (RTCA) DO-173, where color significantly enhances presentation. Have an automatic track-while-scan capability of all detectable targets. Be configured to display all radar data at the pilots� stations and at the MMS station as selected by the individual crewmember. Provide 360-degree azimuth and 60� (+20�, -40�) elevation coverage (threshold 80 deg +/- 40 deg) as limited only by aircraft installation or obstruction from aircraft structure. Provide the operator with the capability to enter manual tracks. Provide the operator with the capability to enter lines (search zones etc.) and text to the display. Provide the operator with the capability to display CADRG charts (JNC, ONC, TPC etc.) consistent with the range selected. Provide the operator with multiple range scales independently of range selection at other stations. �Provide the operator with an ability to highlight a Target of Interest (TOI) or Point of Interest (POI) to other operators. Provide NATO standard track symbology (STANAG 4607). Provide the operator with the capability to change the designation of a track type. Provide visual display of target and track parameters (course, speed, altitude, IFF/AIS information) that are selectable by the operator. ��� � 3.3� Command/Control (C2)The MMR shall: Provide navigation and inertial data at a sufficient data rate. Provide the ability to command radar into built-in-test (BIT) modes using MMS. Provide radar status and state information at a sufficient data rate to the MMS. Provide the operator the ability to put radar into/out of a Standby mode between periods of operation. Provide the operator the ability to reset/reboot radar for normal radar maintenance. Include ethernet based communication at gigabit or higher data rates, with auto negotiation possible with utilized networking gear. Provide the operator ability to command Automatic Gain Control and Constant False Alarm Rate (AGC/CFAR) levels.�� Contact Detections: � Return signal received that�s above a baseline threshold, described in sufficient detail for tracking, to include contact time, range, bearing, and uncertainty figures. Provide detection data in STANAG 4607 format. Provide detection radial velocity and wrap velocity (for coherent radars). Provide detection length in the radial direction to support track length estimation. Surface Search The MMR shall: Contact Detections: � Return signal received that�s above a baseline threshold, described in sufficient detail for tracking, to include contact time, range, bearing, and uncertainty figures. Provide detection data in STANAG 4607 format. Provide detection radial velocity and wrap velocity (for coherent radars). Provide detection length in the radial direction to support track length estimation. ???????Pulse data Provide pulse repetition interval (PRI) data for a single pulse (post adaptive gain control) and appropriate header describing timing, settings, bearing, navigation, etc.) in a resolution appropriate for contact generation and length estimation. Green Screen In the absence of pulse data, a digital representation of the radar sweep shall be provided to provide additional situational awareness of radar function and scan at a sufficient resolution for an operator to perform manual detection/verification of small targets throughout the instrumented volume of the radar at a rate that allows for near-real-time processing (sub-one second latency). Tracks Transmit any radar developed tracks to the MMS for troubleshooting with the vendor.� Provide contacts/detections used for generating each track. ISAR The MMR shall provide preformed imagery at a frame rate sufficient to see motion for superstructure placement and measure length based off supplied range resolution. The MMR shall provide in-phase and quadrature (IQ) data in ISAR modes such that imagery can be generated by the CBP MMS. The vendor shall provide the MMR�s ability to ISAR a location without an existing track held inside the radar. SAR The MMR shall provide preformed imagery in National Imagery Transmission Format (NITF) format to the MMS.� ������� Native Video The MMR shall: Provide a video representation of the radar state and activity as a confidence builder that the radar is functioning as expected. Have a weather mode viewable at all MMS stations. The operator shall have the ability to choose different ranges for weather display. The weather mode shall be available in either air or surface modes. Air Search Contact Detections: The MMR shall: Detect a 2-meter Radar Cross Section contact (i.e., single engine Cessna) at 120NM (Threshold) or 180NM (Objective). Have at a minimum (Threshold) Search, Track while Scan and Single Target Track capability. Provide the operator with a visual display of Range, Bearing, Altitude and Aspect of a designated target (Single Target Track). Provide the operator with a visual display of closure rate. Be capable of slewing optics and other sensors to a designated target. Training and Other Support for MMR: The Vendor shall provide technical expertise and support for training on the operational usage and maintenance of the MMR.� This training will include but is not limited to the following efforts: The vendor shall train AMO designated personnel at the Vendor�s and AMO facilities who will then train all other AMO operators and maintenance personnel.� The vendor shall provide operator and maintenance manuals and other documentation to include interface control documents.� The vendor shall provide technical support for the AMO designated integrator. Obsolescence Management The vendor shall provide an obsolescence management or integrated logistics support plan to include but not limited to: A selected components watch list of high importance items. Notification of parts obsolescence reported at an agreed upon interval to the customer in an agreed format. A list of suggested spares.� Costs The Government needs to estimate the costs for integrating and standardizing the MMR on two P-3 and two DHC-8 aerial platforms.� The vendor shall present estimated costs in the categories listed below to assist with budget and modification phasing planning. Estimated costs shall be separated in categories: Unit costs (to include any required software or firmware) Installation kits (to include mounting and cabling) Ground support or test equipment Recommended Spares Documentation (ICDs, operator�s manuals, maintenance instructions) Non-Recurring Engineering (NRE) Support to aircraft integration and/or engineering for each aircraft listed Support to AMO OT&E on selected aircraft Training Ongoing software/firm updates, maintenance & repair Delivery schedule Coordination and Technical Liaison: The Vendor shall provide facilities, along with technical and administrative support, for hosting and conducting on-site reviews and special studies related to accomplishment of this task. In identifying qualified vendors, AMO is open to responses that include innovative solutions to meet the requirements.� Interested parties are encouraged to submit capability statements addressing how their companies may be able to meet this requirement. CBP also welcomes industry feedback in offering suggested processes in executing such procurements. The page limitation for responses to this notice is 7 pages to include corporate capacity, understanding of the requirement, and technical/management approach. 4.0 WRITTEN DELIVERABLES All pages shall be appropriately numbered and identified by the complete company name, date, and referenced RFI number listed in the header and page numbers in the footer (e.g. �6 of 6). Page size shall be no greater than 8 1/2"" x 11."" The top, bottom, left and right margins shall be a minimum of one inch each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are required. �Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY and are not bound by the 12-point font requirement. �� Questions related to this RFI are due by close of business (COB) Friday, July 7, 2023 at 5:00 p.m. (EST) and should be forwarded via email to brenda.mealer@cbp.dhs.gov .� Telephone inquiries will not be accepted.� Final responses to this notice shall be emailed to brenda.mealer@cbp.dhs.gov and received no later than COB, Friday, July 7, 2023 at 5:00 p.m. (EST)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b137539c380c4a2ba7b1124cff8ef047/view)
 
Record
SN06725432-F 20230624/230622230120 (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 |
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.