SOURCES SOUGHT
58 -- Base Expeditionary Target Surveillance System-Combined Family of Systems (BETSS-C FoS) Standard Ground Station (SGS) Production Capability Market Survey
- Notice Date
- 11/23/2010
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T11RS201
- Response Due
- 12/7/2010
- Archive Date
- 2/5/2011
- Point of Contact
- Daniel Malloy, 410-436-3012
- E-Mail Address
-
CECOM Contracting Center (CECOM-CC)
(daniel.malloy2@conus.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation W15P7T11RS201 is for tracking purposes only. This request for information (RFI) is for planning purposes only and shall not be considered as Request for Proposal or as an obligation on the part of the Government to acquire any services or hardware. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Performance Work Statement and Performance Specification. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to same. NAICS Code: 334290 (Other Communications Equipment Manufacturing) may apply. In addition to publication on the FEDBIZOPS, the RFI is posted on the CECOM Life Cycle Management Command Interactive Business Opportunities Page (IBOP) under the cabinet entitled CECOM-Market Research, sub folder CECOM Standard Ground Station (SGS). Interested sources should request access to the IBOP web page at, https://abop.monmouth.army.mil Help with the IBOP site can be obtained from the web site or by calling (443) 861-5013. The Army is conducting market research to determine the status of currently available commercial, Non- Developmental Items/products, technologies, and manufacturing sources of supply capable of producing and integrating the SGS capability for the current and future fleet of the BETSS-C FoS. The BETSS-C integrated FoS is comprised of existing mobile and semi-fixed sensors providing targeting and persistent surveillance, force protection, and counter Improvised Explosive Devices and counter insurgent capabilities for 360 degree, day and night coverage. BETSS-C sensor systems combine to meet the aggregated requirements of operational needs for US forces in South West Asia. SGS is the ground station subsystem that provides the primary sensor interface and common tactical picture for the BETSS-C FoS. For purposes of this market research, the SGS capability includes the SGS laptop and ground station subsystem and the following modules: Rapid Aerostat Initial Deployment (RAID) communications (integrates with the RAID platform to normalize input/output for video, control and status information to the SGS); Uninterruptible Power Supply (UPS); Cerberus Sensor Interface (integrates with a Cerberus platform and transmits control, status and video information to the SGS); and initial provisioning spares. Additionally, the army is interested in commercial solutions that are supported by industry's ability to commence high rate monthly production of 15 systems within 45 days from contract award leading to delivery and integration of 300 or more SGS systems on or before 08/01/2011 assuming an award date of 03/01/2010. The government possesses a Level II Technical Data Package (TDP) comprised of drawings, interface control documents and system specifications which are intended for use in any future SGS production and integration effort. The SGS TDP will not be available until 1/17/2011. Salient characteristics, product description and performance parameters are set forth below. SGS Capability: video ingest capability providing inputs for analog video outputs; video distribution amplifier capability for analog video distribution providing inputs and outputs used to boost signal strength and prevent signal loss and picture degradation when split and disseminated, enabling input video to be routed to multiple outputs; analog/digital video matrix capability that combines multiple, independent matrix switchers in a modular and configurable frame for display; NTSC Composite Video Board providing NTSC composite inputs and outputs to route composite video signals; HDCP Compliant DVI Matrix Switcher Board providing DVI inputs and outputs to route HDCP interface video signals and switch HDMI compatible signals; Serial/IP server used for converting between serial and IP, providing RJ45 serial ports that can be configured independently for RS-232, RS-422, and RS-485 signals; video processing/visualization providing computer processing to perform both video processing and visualization; integrated switch and router used for routing between devices on the local-area network and wide-area network or external side as well as providing network address translation between those respective virtual LANs; displays capable of providing high resolution, composite analog handling of underscan video components, composite analog and DVI / HDMI; two (2) rack mountable computers, 1-U height, dual HexaCore processors for controlling sensors, processing information, and archiving video data; miscellaneous standard, commercially available computer, video and networking cables of various lengths; and, all components integrated into a hardened, weatherproof rack-mount transit case. RAID Communications Module: fiber modem that decodes the analog video and serial metadata from the sensor platform; serial/IP server used for converting between serial and IP, providing RJ45 serial ports that can be configured independently for RS-232, RS-422, and RS-485 signals; 4 port Network switch; Fiber Ethernet switch; custom rotary switch for override mode; MIL-DTL 38999 connector interface for the FLIR Star Safire III Laptop Control Unit; a fabricated housing for above electronic components; a mechanical housing for wireless radio power over Ethernet injector components; miscellaneous standard, commercially available computer, video and networking cables of various lengths; and, all components integrated into a hardened, weatherproof rack-mount transit case. Uninterruptable Power Supply Module: Battery powered and all components integrated into a hardened, weatherproof rack-mount transit case that supports 30 minutes of uninterrupted operation when primary power source is lost. Cerberus Sensor Interface Module: Common Criteria Certified network router; video server capable of ingesting, processing and disseminating analog input to H.264 format; serial to IP conversion capable of interface via asynchronous serial communications with imagers as well as with other sensors and devices; relay controls providing an electrical relay switch that can be set to turn on, turn off, or pulse a number of devices - allowing power cycling and resets of certain components; unattended ground sensor receiver capable of receiving radio link transmission from several types of sensors (i.e., seismic or acoustic); power over ethernet injector capable of supplying power over Cat 5/6/7; DC-DC converter required for converting voltages as necessary for different power supply requirements; thermal management provided by an active cooling system required to maintain proper operation; custom circuit boards for power distribution, relay interference, voltage and temperature monitoring; custom control cables using MIL-DTL-38999 and MIL-C-5015 connectors to connect with several sensors on the Cerberus trailer mast; and a rugged fabricated rack mount enclosure designed to protect the components from the environment, shock, and vibration on the Cerberus trailer. SGS laptop/control station: environmentally hardened laptop computer integrated into a hardened, weatherproof MIL-STD-810F transit case. Interested sources are requested to provide complete descriptions of existing products or products that will be available for delivery within the timeframe indicated above. Industry responses must include sufficient documentation to support any claims that their system performance will meet the minimum performance capabilities contained herein. Such documentation may include system technical specifications, product brochures and related literature, performance test data, system drawings and/or photographs, or any other data to support the state of system development and or production readiness. Additionally, industry responses are to specifically include an outline of supply chain considerations with emphasis on any known long lead items that may adversely impact high rate production in an accelerated environment. Any limitations to ramping up to high rate monthly production and system integration considerations must be addressed along with proposed resolutions to potential production impediments. Industry responses should also include projected monthly production capabilities to include critical subcontractor and vendor production capacity along with estimated unit prices. Responses to this RFI are due by 1500 hours on 7 December 2010. All material submitted in response to this market survey must be unclassified. Technical questions and industry responses shall be transmitted electronically to the U.S. Army CECOM Life Cycle Management Command (CECOM LCMC) Interactive Business Opportunities Page (IBOP) at, https://abop.monmouth.army.mil; under the cabinet entitled "CECOM-Market Research, sub folder CECOM Standard Ground Station (SGS)". Interested parties are cautioned that electronic submissions are limited to files no larger than 8 MBs due to government server restrictions. Hardcopy submissions should be limited to 25 pages and delivered to PM NV/RSTA, ATTN: SFAE-IEW&S-NV (Anthony Budzichowski), 10221 Burbeck Road, Building 399, Fort Belvoir, VA 22406-5806. Interested parties possessing the capacity to deliver products meeting the requirements outlined above are requested to include the following information as part of their response: 1.Corporate capabilities, large or small business status, past and current relevant performance information, available facilities and assets 2.Technical and management approach for production of SGS requirements based on the Government's Technical Data Package (i.e., design considerations; procurement of subsystems and components; integration of sensor components onto existing BETSS-C towers; testing and integration considerations sustainment considerations 3.A cost estimate on a Rough Order of Magnitude (ROM) to meet or exceed the notional requirements outlined above. 4.A supporting program schedule that represents a "low risk" approach to meeting the objectives outlined above. 5.An assessment of the associated risks for this program and respective risk mitigation approaches. 6.Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a4f336f79fce5883b3b87bf8e1f785df)
- Place of Performance
- Address: CECOM Contracting Center (CECOM-CC) 6001 Combat Dr. Aberdeen Proving Grn MD
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN02332747-W 20101125/101123234349-a4f336f79fce5883b3b87bf8e1f785df (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 |