Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1998 PSA#2137

U.S. Army CECOM, CECOM Acquisition Center, Fort Monmouth, NJ 07703-5008

70 -- COMMERCIAL OFF-THE-SHELF ELECTRONIC SYSTEMS TO SUPPORT SIGINT OPERATIONS. POC Bobbi Brown, Contract Specialist, (732)427-1345, AMSEL-AC-CC-C-CO (BRO); Contracting Officer Yvonne Hicks Bova E-MAIL: bovay@doim6.monmouth.army.mil, brownb@doim6.monmouth.army.mil. The U.S. Army, Product Manager Ground Based Common Sensor/Advanced QuickFix is seeking industry information on commercial off-the-shelf electronic systems that can support SIGINT operations. These electronic systems may be considered for integration into heliborne and/or ground vehicle platforms. Respondents are requested to address the specific capabilities described in this document and are encouraged to provide detailed descriptions of any additional capabilities and features of their systems. Specific areas of noncompliance should also be addressed by the respondent along with the potential growth plan to achieve compliance. Those respondents having systems that meet these requirements may be invited to demonstrate their capabilities in the near future. AREAS OF INTEREST: Under this Request for Information (RFI), the U.S. Army is soliciting information on existing systems that can be made available for demonstration in the near future and meet the criteria described herein. Test data and associated measurement methods should be provided to substantiate claims. 1. The respondent should describe the extent to which their system meets the following characteristics: Intercept and analyze signals from 20 MHz to 2 GHz Provide the frequency of operation of the emitter Associate emitters (e.g., nets) Identify modulation type (e.g., FM, FSK, single sideband, frequency hoppers) Differentiate between frequency hopper signal types Identify spread spectrum signals Classify emitter types (level to which emitters are classified should be indicated) Provide time tagging of intercept (accuracy should be indicated) The respondent should describe system sensitivity, search times, detection probability for individual radio transmissions, and processing of multiple simultaneous signals and co-channel interference. The respondent should describe the signal environment and emitter density in which the system was evaluated. The respondent should provide the maximum number of simultaneous emitters that the system can process (frequency hoppers and conventional signals). 2. The respondent should describe the extent to which the system performs direction finding of signals from 20 MHz -- 2 GHz. Respondents should describe their experience and approach to airborne direction finding, preferably with helicopter systems. The respondent should describe their direction finding methods, achieved geolocation accuracies and associated response times. 3. Respondents should describe current compliance to DoD standards, specifically Joint Technical Architecture-Army, Version 5.0 4. The system should be capable of operation in a tactical environment. This includes heat, cold, rain, fog, dust, sand, wind, shock and vibration, and other conditions found on the battlefield. 5. The respondent should describe the suitability for mounting their system in a single light tactical vehicle (i.e., HMMWV) and in an Army helicopter. 6. The respondent should describe the system power requirements. 7. The respondent should provide mean time between failure data for hardware and software, and provide a concept of operations. REVIEW OF RESPONSES: The U.S. Army may select systems for an operational demonstration based on the responses received. Responses should consist of a summary, not to exceed 30 pages, and any supporting data, literature, or reports. The respondents may be invited to brief the Army and provide answers to questions concerning the responses. Respondents should provide sales price history for their electronic support system, indicate the quantities sold, to whom the systems were sold, and provide a point of contact for the purchasing activity. POC information should include name, title, contract number, telephone and fax number. SUBMISSION: Responses to this RFI are due by 1600 on 17 August 1998. An original and 1 copy of the response should be submitted to: The MITRE Corporation ATTN: Ken Kaiser MS/Z060 1820 Dolley Madison Blvd McLean, VA 22102-3481 COMMUNICATION WITH THE U.S. ARMY: All administrative correspondence and questions concerning this RFI should be directed in writing to: The MITRE Corporation ATTN: Ken Kaiser MS/Z060 1820 Dolley Madison Blvd McLean, VA 22102-3481 Questions that require the Contracting Officer's attention should be directed in writing to: U. S. Army CECOM ATTN: AMSEL-ACCC-C-CR Yvonne Bova, Contracting Officer Ft. Monmouth, NJ 07703-5000 SPONSOR: PM Signals Warfare ATTN: SFAE-IEW&S-SG Building 296 Ft. Monmouth, NJ 07703-5003 Posted 07/13/98 (W-SN222079). (0194)

Loren Data Corp. http://www.ld.com (SYN# 0375 19980715\70-0012.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page