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