SOLICITATION NOTICE
A -- REQUEST FOR INFORMATION (RFI) FROM ALL SOURCES ON TECHNOLOGY POTENTIAL FOR ARMY URBAN INFORMATION OPERATIONS CAPABILITIES
- Notice Date
- 12/11/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Communications-Electronics Command, CECOM Acquisition Center, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- DAAB07I2WD002
- Archive Date
- 2/21/2003
- Point of Contact
- Angela Smeaton, 732-427-7220
- E-Mail Address
-
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center
(Angela.Smeaton@mail1.monmouth.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA david.potter@mail1.Monmouth.army.mil, francis.orzech@mail1.monmouth.army.mil. This is a Request for Information. The Intelligence and Information Warfare Directorate (I2WD) is gathering information regarding developed and emerging technologies having the potential for application to Army missions conducted in Urban environments. I2WD has initiated a new Science and Technology Objective (STO) program in FY03 titled Information Operations for the Objective Force (IOOF). The IOOF STO will have a duration of four (4) years and will be focused on maturing sensor technology, signal processing techniques, and Computer Network Operations (CNO) and Information Operations (IO) techniques for transition to the Army?s Future Combat Systems (FCS) and other Army progra ms. Products from the IOOF STO will be tested and evaluated with the I2WD lab facilities and in I2WD run field tests. The information requested below will be used by I2WD in requirements analysis, planning and developing a technical architecture, and in assessing the technology readiness for the potential development of a future system by a Materiel Developer and industry. Background: The goal of the IOOF STO is to provide a Unit of Action with a capability to locate (in 3-dimensional space) and identify threat hostile Command and Control nodes located in an Urban setting; this includes being able to differentiate between threat Command and Control nodes and commercially operated telecommunications centers; it also includes an ability to locate the host of a logical address in a given physical area (given the logical addresses in a known physical area). I2WD believes that collection and exploitation using a number of technologies against the electronic systems that one would expect to see in an Urban C2 lo cation will be required to reliably locate the target. The operational range for this capability will be no greater than 2000 meters, and the technologies must be capable of operating against commercially available communications equipment that emit RF si gnals during normal operations (e.g., PCS technologies, wireless LAN technologies, paging systems) and against systems that are emitting radiation allowable by part 15 of the FCC rules and other similar international standards; this capability can be enabl ed by separate receiver systems, but they must be able to be integrated with each other to provide a complete mapping of the RF environment relevant to a Tactical C2 node. In addition, the technology must be capable of operating in conditions that would normally be expected in a typical Urban environment, one characterized by a high signal density (a large number of intentional and unintentional RF sources in a given area), high levels of multipath from buildings, and potentially co channel interferences from those sources. I2WD is also interested in incorporating a conventional and/or unconventional CNO capability as a part of the program. I2WD intends to integrate these capabilities into a system that is easily transportable by a single individual, rec ognizing that a number of networked systems may be required to obtain a target location suitable for deploying forces in an urban setting. The IOOF STO intent is to integrate technology from existing 6.2/6.3 programs and commercially available technology required for successful transition to FCS and Army programs in the FY05-06 timeframe. Successful transition is defined as a capability at Technology Readiness Level 6. TRL 6 is defined as sensor systems, signal processing algorithms, and CNO algorithms t hat have been successfully field tested in a relevant environment on functional prototype hardware. TRL 6 products of the IOOF STO should demonstrate sufficient risk reduction for transition to 6.4-funded productization efforts conducted by PM FCS, other Army PMs, and other users. I2WD seeks responses about the following major Components: 1. Existing High sensitivity receiver systems operating in the frequency range between 20MHz-18GHz, particularly those capable of detecting, discriminating, and identifying the operating protocols or information that may be associated with unintentional sources of RF radiation, at distances of at least 250 meters, and growing t o a range of 2000 meters; 2. Software algorithms that will take as input data from the high sensitivity receiver and allow the discrimination and/or geolocation of individual sources of RF radiation in a high density RF environment; 3. Protocol recognitio n technologies capable of working with the input from the high sensitivity receiver and identifying the underlying operational protocol 95% of the time or better; 4. Traffic analysis algorithms that will look at all available received signal data, and pro cess that data, using conventional traffic analysis, to further identify potential targets of interest. Technical subjects: 1. High Sensitivity receiver technology; 2. Co-channel processing for intercept and location; 3. Complex modulations, i.e. digital, spread spectrum, LPI; 4. Commercially available telecommunications intercept and identification capabil ity, involving sophisticated waveforms, burst, wide-band, LPI; 5. Precision Geo-location using antenna technology capable of providing 3-dimensional vectors; 6. GPS technology; 7. Data filtering to reduce load on the communications link between sensor sys tems; 8. Sensor correlation and cross-cue; 9. Moving emitter tracking; 10. Use of Urban terrain and sensor geometry data and Urban Mapping; 11. Size, mobility, sustainability, self-deployability; 12. Size, weight, and power compatibility with FCS mini robo tic vehicle,UAV, and manpack concepts; 13. Multipath signal analysis. Table I lists typical threshold and objective technical capabilities for the IOOF sensor systems and may be used as a guide in answering this RFI. Responses can be of any format. Su pplemental materials, such as brochures, white papers, briefings, spec sheets, etc., are welcome, as long as they accompany a response. Actual lab and field test results submitted are encouraged and desired. When preparing your responses, be specific, and make sure you answer the following questions. What capability, by name, fits this desired capability, falls under what component(s) and area(s), and what technical subject(s) does it address? How? What are it?s technical specifications? Describe the capab ility in detail. What is the status of the technology? Use of standard TRL Levels is encouraged in the interest of providing a common terminology. Is it available now? If not, when will it be available, and with what degree of effort is involved (i.e., min iaturization, additional cooling, lower power requirements, etc)? How extensive is the test data obtained with the devices? Does your organization wish to point out any special considerations that I2WD should know about developing the system described that is not included in the components, areas, or technical subjects listed above? All sources involved with any subjects discussed above are invited to respond. This RFI does not constitute a commitment on the part of the Government to purchase systems or ser vices. The Government will not award a contract based on this RFI. The Government will not pay for the information received in response to this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the Governmen t's evaluation of the information received. All respondents are asked to indicate the type and size of your organization, i.e. Large Business, Small Business, Small Disadvantaged Business, 8(a), Historically Black College or University/Minority Institution (HBCU/MI), other educational institution, non-profit organization, or Government lab, in their responses. The Government POC for this RFI is Mr. David Potter, (732) 532-1449, DSN 992-1449. Please submit your response to Mr. David Potter, AMSEL-RD-IW-IC, U SACECOM, RDEC, I2WD, Bldg 600, Fort Monmouth, NJ, 0770 3, or via e-mail to:david.potter@mail1.Monmouth.army.mil, or to Mr. Fran Orzech, (732) 427-6454, e-mail francis.Orzech@mail1.Monmouth.army.mil. No faxes will be accepted. If you choose to submit proprietary information, mark it accordingly. Classified inf ormation will be accepted, but please mark it accordingly and send it via proper channels. (0155). All questions should be addressed via email only. All responses are due no later than 10 days after this announcement date. TABLE I IOOF STO SAMPLE TECHNICAL CAPABILITIES: Requirements for Threshold and Objective Mission Duration = 6 Hours (Min threshold); 14 Days (8 hours per day, goal objective). System Weight = 20 Pounds (threshold); less than 15 Pounds (Objective). System Volume = 2000 in3 (threshold); less than 1000 in3 (objective). Distance between sensors = 100 meters (threshold); 750 meters (objective). Deployment = Backpack (threshold); Backpack / unmanned vehicle (objective). Target Parameters: Operating Frequency Range = 20MHz ? 3 GHz (threshold); 600KHz - 18 GHz (objective). Range = 250 meters (threshold); 2000 meters (objective). Location Accuracy = 20 meters CEP (threshold); less than 20 meters CEP (objective). Emitter Density = TBD (threshold); TBD (objective). Emitter Separation = 20 meters (threshold); less than 1 meter (objective). Probability of Detection/geolocation = 90% (1 emitter in moderate environment, threshold); greater than 80% (multiple co-located emissions of same type in severe environment, goal, objective) Dynamics = less than 6 KPH (threshold); greater 40 KPH (objective) Antenna = TBD (threshold); TBD (objective). Target Analysis: Determining Hierarchical associations in network = 60% accuracy (FY04); based on traffic analysis (Threshold) greater than 90% accuracy, based on traffic analysis (objective) Multipath = Moderate (threshold); Severe (objective). Co-Channel Interference = Moderate (threshold); Severe (objective).
- Place of Performance
- Address: US Army Communications-Electronics Command, CECOM Acquisition Center ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN00221496-W 20021213/021211213429 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |