Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2008 FBO #2330
MODIFICATION

66 -- SOURCES SOUGHT ANNOUNCEMENT FOR TECHNOLOGIES FOR USE AS STAND IN JAMMER SYSTEM

Notice Date
4/11/2008
 
Notice Type
Modification/Amendment/Cancel
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016408RWR05
 
Response Due
5/30/2008
 
Point of Contact
Technical questions regarding this announcement may be directed to Mr. William Lang, Systems Integration Branch, Bldg 3330C, NSWC, Crane, IN 47522, telephone (812) 854-4135 or e-mail at: william.lang@navy.mil. Classified questions or information may be emailed to william.lang@crane,navy.smil.mil
 
Description
MARKET SURVEY - SOURCES SOUGHT SYNOPSIS: The Government is issuing this sources-sought announcement as part of a market survey. Naval Surface Warfare Center, Crane Division is interested in receiving white papers which offer technically mature systems, sub-systems, components, algorithms, and/or technologies for use as a Stand In Jammer against surface to air missile systems. All interested sources are encouraged to submit company and product literature, references and any other pertinent information for the Governments consideration.The following topics are areas of current interest: (a)Electronic Warfare Payload consisting of jammer effective against newer coherent surface to air missile systems. Payload will also consist of EW receiver system with required sensitivity/selectivity to be an effective detection receiver at tactically useful ranges. RF up/down conversion, processor, amplifier(s), antenna(s), etc. required.(b)Processing software required to complete stand in jamming mission in stressing RF environment. An example might be autonomous operation that requires geolocation, classification and prioritization of target threats prior to jamming. Software/firmware required to effectively use DRFM against threats of interest also required.(c)Unmanned Aerial System (UAS) with approximately 500 nmi radius, 1 hour on station time, survivable (e.g. reduced Radar Cross Section) when not jamming during ingress/egress. Launch and recover afloat and ashore. Suitable size, weight and power for EW Payload, data links, navigation system, etc. Common Control Station interface desired.(d)Suitable communications links, Beyond line of sight (e.g. SATCOM) and survivable (e.g. Low Probability of Intercept, LPI) line of sight links.(e)Mission planning systems, compatibility with existing JMPS desired. Vendors may provide information on all or a subset of the above areas. Vendors wishing to propose only to the UAS may use an estimate of 30 lbs, 250 watts, and 1.5 cubic feet for EW payload requirements but these numbers are subject to change depending on EW payload designs. Desired discussion areas include elements of cost, schedule, performance, risk, component technical readiness level (TRL) rating, required GFE/GFI, Government and vendor teaming and cost sharing during initial integration phase.Interested organizations should respond by providing the Government the following information; point of contact, address, telephone and fax numbers, email address, duns number, cage code and or tax ID number, as well as size category (large, small, small disadvantaged, etc) a brief summary of the company's capabilities, description of facilities, personnel, and related manufacturing experience. Also provide any supporting information such as commercial literature, catalogues, manuals, etc. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement to: Mr. Roger Brett, Code 0563WH, Bldg 2035, NSWC, Crane, IN 47522, telephone (812) 854-5269 or e-mail at: roger.brett@navy.mil. Technical questions regarding this announcement may be directed to Mr. William Lang, Systems Integration Branch, Bldg 3330C, NSWC, Crane, IN 47522, telephone (812) 854-4135 or e-mail at: william.lang@navy.mil. Classified questions or information may be emailed to william.lang@crane,navy.smil.mil. Update 11 April 2008.NSWC Crane will be hosting a Technology Day on 7 and 8 May 2008 in order to provide interested industry partners an opportunity to ask questions and provide input, prior to the date for white paper submissions. The event location will be Building 3330 South, Conference Rooms A and B. The meeting will commence at 0900 EST each day with a SECRET/NOFORN Government presentation of required capabilities. Due to space constraints vendors are limited to 3 individuals per team. Following the Government presentation, interested vendors will be allocated approximately 30 minutes to present technical briefs of their approach and capabilities. Marketing briefs are not required or desired. It is anticipated that members of the Applied Physics Lab will be in attendance on the Government team. Vendors requiring non-disclosure statements should provide appropriate paperwork either to Mr. Brett or Mr. Lang at least one week prior. Vendors will be assigned to a meeting date and br! iefing time upon receipt of their security clearance. Interested vendors should pass clearance information marked for Tiger Hunter Technology Day via FAX to (812) 854-2091. For confirmation of receipt contact Dawn Durnil at (812) 854-6780. Visitor Information, including lodging and directions to NSWC Crane can be found at http://www.crane.navy.mil/contacts/VisitorInfo.asp. Driving directions to 3330 South will be provided by email upon receipt of clearances. Additionally, the date for complete, fully refined data packages has been extended to 30 May 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f8cb45e1621639488a83efbd9eff34e6&tab=core&_cview=1)
 
Record
SN01552449-W 20080413/080411220856-f8cb45e1621639488a83efbd9eff34e6 (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.