Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 2, 2001 PSA #2799
ANNOUNCEMENTS

SATELLITE DATA COMMUNICATIONS SERVICES (SATCOM) PROGRAM

Notice Date
March 1, 2001
Contracting Office
Commander, Attn: Contracts 2.5.1, Bldg 588, Suite 2, Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Unit 9, Patuxent River, MD 20670-1463
ZIP Code
20670-1463
E-Mail Address
Click here to contact the agency point of contact (BreidenthaMR@navair.navy.mil)
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD) has a request for information (RFI) from potential developers or providers of Satellite Data Communications Services in support of Code 4.5.5, R F Sensors Division. The purpose of this RFI is to obtain information from current and prospective satellite communications service providers to assess the capability to communicate with and control remotely deployed expendable autonomous sensing devices using a commercially provided satellite communications link (hereafter referred to as SATCOM). Conceptually, there will globally be one or more fields of these sensors, each field encompassing a total area not to exceed 100,000 nm2, and an associated remote control station to be located up to 1500 nm from the farthest sensor in the field. These remote sensors will be limited to the use of Omni-directional antennas. The SATCOM System shall operate 24 hours a day for 7 days a week continuously and as a goal, globally at all latitudes and longitudes and as a threshold, between 65 degrees North to 65 degrees South latitude at all longitudes. The sensors will transmit short and long messages. A short message length will be about 1 kilobyte and the maximum length of long messages will be up to 100 kilobytes as a goal with a threshold of 10 kilobytes. As a goal, the maximum latency for a short message shall be 10 seconds or less, with a threshold of 30 seconds or less. The term Latency as used herein is intended to include all SATCOM System delays. As a goal, the maximum latency for a long message shall be 3 minutes or less, with a threshold of 6 minutes or less. As a goal the SATCOM System capacity shall accommodate up to 8 accesses (total throughput 28.8 kilobits/second) with a threshold capacity of 4 accesses (total throughput 9.6 kilobits/second). As a goal the probability of an outage exceeding 3 minutes in duration within any 24-hour period shall be less than 0.01. As a threshold, the probability of an outage exceeding 5 minutes in duration within any 24-hour period shall be less than 0.02. As an important goal, include an alternate mode of communication that inhibits detection of sensor signals by hostiles in orbit or on the surface, possibly allowing some gain in remote sensors' antenna pattern, increased message latency, and reduced data rate. All satellite control facilities shall be located on US soil. As a goal, all terrestrial facilities through which data will pass shall be US Navy owned only. As a threshold, all terrestrial facilities through which data will pass shall be owned and operated by US Citizens. Other factors shall be considered which are yet to be specified. These include but are not limited to the cost of service and development of inexpensive small or miniature RF transceiver technology applicable to the satellite system. This is a market research tool being utilized to determine the availability and adequacy of potential sources prior to initiating a Research and Development effort. Interested sources are encouraged to comment on the draft key performance parameters (KPPs) and submit the following information at no cost or obligation to the Government within 14 days of publication of this notice: A capabilities statement that outlines the ability of the source to meet the Government's minimum requirement as represented by the draft KPPs (incorporated into the synopsis ) that includes the company name, address (including electronic websites), POC, telephone and fax numbers, description of systems and components, and any brochures or pictures available. Followup meetings and/or discussions may be requested. THIS IS NOT A SOLICITATION, BUT A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. THIS RFI DOES NOT REPRESENT A CONTRACT, A PROMISE TO CONTRACT, OR A COMMITMENT OF ANY KIND ON THE PART OF THE GOVERNMENT. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL AND IN NO WAY COMMITS THE GOVERNMENT TO AWARD A CONTRACT. THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR INFORMATION RECEIVED AS A RESULT OF THIS SYNOPSIS. IN THE INTEREST OF ACQUISITION STREAMLINING PROSPECTIVE SOURCES ARE STRONGLY ENCOURAGED TO USE THE INTERNET TO SUBMIT INFORMATION RELATIVE TO THIS RFI. TELEPHONE REQUESTS FOR INFORMATION RELATIVE TO THE RFI WILL NEITHER BE ACCEPTED NOR RETURNED. The point of contact is Contracts, Mark R. Breidenthall, Code 251442, Department of the Navy, Attn Contracts 2.5 Bldg. 588 Ste 2, 47253 Whalen Road Unit 6, Patuxent River, MD 20670-1161.
Record
Loren Data Corp. 20010302/SPMSC001.HTM (W-059 SN50E8B8)

SP - Special Notices Index  |  Issue Index |
Created on March 1, 2001 by Loren Data Corp. -- info@ld.com