Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2007 FBO #2071
SOURCES SOUGHT

D -- Aerial Platform with Multi-Sensor

Notice Date
7/27/2007
 
Notice Type
Sources Sought
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources 135 E ENT Ave STE 1055, Peterson AFB, CO, 80914-1385, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3LNBC7199A001
 
Response Due
8/13/2007
 
Archive Date
8/14/2007
 
Description
21Contracting Squadron, Peterson AFB, CO intends to award a single source contract to Raytheon Technical Services Company. USNORTCOM (NC) requires a currently existing aerial platform with multi-sensor capability available for immediate use. NC is tasked to provide situational awareness, operations management, training and exercise support; damage assessments to a wide range of users within the Department of Defense (DoD); Defense Support to Civil Authorities (DSCA) at federal civilian agencies and state/local governments; and execute Homeland Defense (HD) missions. This includes requirements, events, and situations requiring immediate and wide ranging information available through real-time aerial Full Motion Video (FMV) imagery and other sensors. This mission requires an aerial platform capable of a minimum operational speed of 200 knots, a minimum transit airspeed of 400 knots, and an unrefueled range greater than 700 miles. The aerial platform must be able to carry and operate more than a single sensor to ensure prompt and accurate Intelligence, Surveillance and Reconnaissance (ISR) requirements are met. The aerial platform must arrive at the designated operations area or base within 24 hours of notification. The platform must be able to deliver unclassified live video coverage viewable with standard PC software from anywhere in the continental United States (CONUS), and provide up to 5 hours of video support per sortie with tasked coverage. Although resolution of imagery will be mission specific, the sensor must have the ability to conduct wide area collection and be able to sense objects to a half meter (0.5m) ground sample distance. The platform must have the ability to send this information to a DOD-identified and approved ground site in real-time. Further, the aerial platform must be able to employ a radar with maximum of 1 (one) meter resolution for wide area search, a maximum .4 meters narrow search resolution, and maximum Ground Moving Target Indicator of 10 (ten) meters. The aerial FMV platform must have the capability to send imagery and imagery derived information back to HQ USNORTHCOM via government supplied and operated ROVER III receiver (minimum 45 nautical mile reception range) or Tactical Common Data Link ground station (minimum 75 nautical mile reception range) and provide the capability to simultaneously view video and corresponding standardized geographical mapping information indicating locations of video taken. Data and products must be compatible with the established NC communications infrastructure as described by the USNORTHCOM Joint Intelligence Operations Center ? North, Incident Awareness and Assessment/Intelligence, Surveillance, and Reconnaissance Concept of Operations. All mission support to include Aerospace Ground Equipment (AGE), aircraft towing support, associated with the performance of this task will be provided by the contractor unless otherwise coordinated with NC for forward deployed operations. The platform must have a mission capable rate greater than 90 percent and be certified to operate in the National Airspace System (NAS). The aerial platform with multi-sensor capability must currently exist and be available and able to support FMV missions prior to the issuance of a contract. 21 Contracting Squadron is seeking any offerors possessing this capability. Anyone interested in this requirement is requested to respond to this synopsis. The response must include an overview of your company and capability, verification that you would possess this capability upon contract award, relevant past performance citations and point of contact information. Please electronically submit a response to this synopsis by 1400MT, Monday the 13th of August 2007. The responses should be submitted to Ms. Carla Johnson at Carla.johnson@peterson.af.mil and Ms. Teresa Lee at teresa.lee@peterson.af.mil. Any questions concerning this requirement can be submitted to the above mentioned via email.
 
Place of Performance
Address: 135 Dover Street, Suite 1055, Peterson AFB, CO
Zip Code: 80914-1055
Country: UNITED STATES
 
Record
SN01354747-W 20070729/070727221231 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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.