Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2001 FBO #0019
SOURCES SOUGHT

D -- FULL DIGITAL PROCESSING CAPABILITY

Notice Date
12/19/2001
 
Notice Type
Sources Sought
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
DASC01-02-R-NGIC
 
Response Due
1/11/2002
 
Archive Date
2/10/2002
 
Point of Contact
Lisa Grant, 703-706-2761
 
E-Mail Address
Email your questions to HQ USAINSCOM, Directorate of Contracting
(lpgrant@vulcan.belvoir.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA SOURCES SOUGHT/MARKET SURVEY. The USA Intelligence and Security Command, Fort Belvoir, VA is seeking industry sources for a potential acquisition to provide the National Ground Intelligence Center (NGIC) Signal Analysis Laboratory (SAL) with full digital processing capability commensurate with the modern frequency agile, low-probability-of intercept signals and other advances in modern radars. Input to this sources sought announcement will aid the government in establishing the acquisition plan and determ ining whether or not the requirement will be set-aside for small business. All interested parties (large and small businesses) are encouraged to submit a capability statement (limit 4 pages) in response to this inquiry. The capability statement must ad dress the specialized experience identified in the Statement of Work below. STATEMENT OF WORK: 1.0 SCOPE - Support services provided under this contract include requirements analysis, market research, design, purchase, integration, installation, and tra ining of test, measurement, and analysis equipment to provide the National Ground Intelligence Center (NGIC) Signal Analysis Laboratory (SAL) with full digital processing capability commensurate with modern frequency agile, low-probability-of-intercept sig nals, and other advances in modern radars. 1.1 Background - The Radar and Air Defense Division at the NGIC (IANG-GS-RA) performs analysis of electromagnetic signals. In order to accomplish this mission, the SAL requires test, measurement, and analysis equ ipment, software, and equipment control capability, in order to quickly, efficiently and accurately analyze complex modern radar emissions recorded with state-of-the-art methods, and produce quality technical intelligence products. In the majority, the in telligence community is evolving from analog laboratory equipment to digital equipment laboratories. NGIC's laboratory currently consists of primarily analog equipment and community-developed software for ELINT analysis resident on UNIX workstations. NGI C has acquired the Apcom LOOKING GLASS, ADR 3850 receiver system, SAM-450, Celerity Gigastore and the STL 1010 Digital Switch as the first step in the evolution toward full digital signals processing compatibility. The efforts detailed herein are intended to expand on this base to achieve full analog and digital integration of the SAL. 1.2 Tasking - The Contractor shall continue the transition of NGIC from their largely analog oriented analysis lab to a modern digital/analog analysis lab, utilizing the Office of Naval Intelligence (ONI) Navy Electronic Signal Analysis Laboratory (NESAL) as a template. The Contractor shall make use of previous studies, provided by NGIC, ONI, and other Agencies, which identified specific equipment, the integration of that equipment, and detailed the architecture that will permit NGIC to accomplish its anal ysis tasks. The Contractor shall install all digital signal processing equipment purchased in accordance with the tasks identified in section 1.2.1 (TASK 1.3, equipment is identified in the Independent Government Cost Estimate (IGCE)), develop or re-util ize equipment control software for controlling identified or future pieces of equipment, complete the integration of existing equipment with the new digital system, and evaluate expanded equipment and software needs, as needed. This installation/integratio n shall include the capability to program any input device to any output device up to the capacity of the STL Digital Switch (Government Furnished Equipment (GFE)), if such connection is available. The installation shall include the fabrication or purchas e of all necessary cables (GFE) and pin-out tables for all equipment identified in the IGCE and any other available peripheral equipment deemed necessary to provide a full digital processing and analysis capability. It is anticipated that the Contractor s hall provide off-the-shelf hardware and software items incidental to the in stallation as needed and with prior approval of the NGIC. The Contractor shall also continue to research and develop solutions to resolve problems as they arise, and anticipate future problems. These issues may pertain to, but are not limited to, current and future analysis procedures, hardware, and software. This contract requires that some work be completed on site at NGIC's facility (NGIC SAL, Nicholson Building, Rivanna Station, Charlottesville, VA). 1.2.1. Specific Tasking - TASK 1: The Contractor will supply NGIC with a completed, operational, fully capable digital signals analysis system. This system should be compatible with community architecture standards as required by the Community ELINT Management Office (CEMO), and fully leverage the capab ility previously developed for the ONI NESAL and Missile and Space Intelligence Center (MSIC) efforts, to include hardware, software, controls, documentation, and training. This task may be incrementally funded. TASK 1.1 - The Contractor shall review NGI C existing equipment suite to establish and document the current equipment and capability baseline. TASK 1.2 - The Contractor shall develop and implement a phased plan for design, purchase, integration, installation, and training to achieve a fully capab le digital ELINT analysis laboratory commensurate with current and projected radar capabilities and Intelligence Community collection assets. TASK 1.3 - The Contractor shall procure needed equipment, as identified in the IGCE. The Contractor may, with the permission of NGIC, replace identified equipment if it can be justified that the replacement equipment will give the NGIC SAL a greater capability, reduce cost, or provide a new advantage. TASK 1.4 - The Contractor shall integrate and install equipment . TASK 1.5 - The Contractor shall train up to 5 NGIC analysts or engineers, and provide documentation for operation and maintenance of the system. TASK 2 - The Contractor shall provide NGIC equipment control software for current and acquired equipment. TASK 2.1 - The Contractor shall create or adapt existing equipment control software available for current and acquired systems into the NGIC envi ronment and integrate it on an identified make and model of workstation. The Contractor shall maximize the use of government compatible software such as MARTES Mblock (Hardware Code Set), and/or ONI software, unless alternative software can be demonstrate d to provide a clear operational advantage to the NGIC. When feasible, all software control panels designed for the NGIC should mimic the look-and-feel of an existing hardware device for remote control of that device. Devices will be provided by the NGIC to the Contractor to accomplish this task as required. TASK 2.2 - The Contractor shall implement the capability of Terminal/GPIB servers that are capable of controlling RS-232, Ethernet, and RS-422/HPIB devices. The contractor will plan on Designing, configuring, and installing these devices strictly in the SAL. TASK 2.3 - The Contractor will work toward developing the additional equipment control code for units that have been identified by the NGIC Senior Analyst. Contractor may utilize present Mblock code to which a limited number of equipment items curre ntly exist. It may be necessary to develop new code or modify existing code to provide the full capability required by the NGIC analyst. TASK 3 - The Contractor shall evaluate each piece of equipment identified in the IGCE to ensure vendor specifications are met. The contractor will also be tasked to review and recommend specific components that would provide the NGIC a more capable digital signal analysis capability. This review may include hardware, networking and software components, as well as proced ural type information. TASK 4 - The Contractor will review developments and problems faced by the Intelligence Community and NGIC Analysts. The Contractor will use this information to make specific recommend ations to NGIC. OPTIONAL TASK 4a - The Contractor will implement a solution identified in TASK 4, to include procurement, assembly, integration, testing, and installation of the solution. This task may be incrementally funded. OPTIONAL TASK 5 - The Contractor shall develop an assessment of NGIC's Signal Analysis Capability with respect to specific Intelligence Community current and/or planned collection assets and provide specific recommendations as to the steps that NGIC needs to undertake to mainta in commensurate signal processing capability. 2.0 SYSTEM ENVIRONMENT - The SAL will reside in the NGIC Nicholson Building. The integration takes into consideration that building maintenance has already conducted a study and ensures that the current or p lanned space, power, and environmental conditions of laboratory can accommodate the systems identified in previous sections. 3.0 APPLICABLE STANDARDS - All deliverable efforts under this contract shall comply with good existing commercial and engineering practice. Microsoft Project and Office Suite will be the standard tool used for the POA&M for this contract. The Contractor may use other software tools as deemed necessary to meet all requirements with prior approval. 4.0 SPECIAL REQUIREMENTS - Security regulations require that the personnel assigned to this task maintain a current Special Background Investigation (SBI). Additional security measures, including but not limited to polygraph testing, may be necessary. 5.0 - DELIVERABLES Deliverables requir ed under this task order are identified below. Requests for Government approvals for deliverables under this task will be administered through correspondence to and from the COR. (a) Digital processing and analysis subsystem equipment in section 1.2.1 inst alled at NGIC. (b)Report of all item discrepancies to include suggested improvements (Monthly Status reports may satisfy requirement). (c) Provide top level Cabling Diagrams & Rack Elevation Drawings of Items identified in section 1.2.1. (d) Digital analys is architecture and equipment progress. (Monthly Status report may satisfy requirement) 6.0 SCHEDULE A schedule of task are (1) deliverable per indicated due date, (2) configuration and installation of digital analysis system and rack layout for equipment in Section 1.2.1 due at completion of task, (3) digital analysis architecture and equipment diagram at mid-task and (4) Activity and progress briefings are due monthly. 7.0 WORKPLACE - Under this contract, the Contractor may perform the programming at the government facility or its bulk of the study and review of equipment at their facility. However, for the review of current laboratory assets, project planning, and installation of equipment, the Contractor will necessarily spend sufficient time in the NGIC spaces. 8.0 WORK HOURS - Work hours are flexible around a core period of 0900 to 1300 with occasional requirement for evening or weekend work based upon operational requirements. The Contractor is expected to provide support on an as-needed basis. Capabi lity statements may be faxed or emailed to Lisa Grant @ (703) 806-1156/fax or lpgrant@vulcan.belvoir.army.mil. THIS IS NOT A REQUEST FOR PROPOSALS. This is a sources sought/market survey announcement to gain industry information in the development of the acquisition plan and in no way obligates the government.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
Country: US
 
Record
SN20011221/00008631-011220090850 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO 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.