Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOURCES SOUGHT

10 -- Request For Information for Counter-Rocket Artillery Mortar Command and Control

Notice Date
8/10/2011
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
ACC-RSA - (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-11-R-0223
 
Response Due
9/9/2011
 
Archive Date
11/8/2011
 
Point of Contact
Martha White, 256-876-4335
 
E-Mail Address
ACC-RSA - (Missile)
(martha.white@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Army is conducting market research to identify currently available technological solutions and approaches in support of the C-RAM C2 System. The system provides an integrated command and control architecture for the purpose of defeating rocket, artillery, and mortar (RAM) attack, providing advanced warning against incoming RAM threats, and providing Short Range Air Defense against fixed wing, rotary wing, Unmanned Aircraft Systems (UAS), and cruise missiles. This notice is published in accordance with FAR Parts 10.002 and 15.201 and is a RFI in support of market research. All information received will be used for planning purposes only. This notice does not constitute Invitation for Bids, Request for Proposals, or Request for Quotes. The Government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to it. The US Army seeks to maintain the current fielded C-RAM C2 System capability set as well as provide enhancements to meet emerging requirements. Any candidate solution must meet the following C-RAM C2 System capability set: (1) Interface with various sensors to include: Improved Sentinel, Fire-Finder (Q-36 and Q-37), Lightweight Counter Mortar Radar, Giraffe, EQ-36, Multi-Functional Radio Frequency System, Unattended Transient Acoustic Measurement and Signature Intelligence System, and Hostile Artillery Locating. This interface must be accomplished with no changes to the sensor. (2) Interface with various weapon systems to include Avenger and Land-Based Phalanx Weapon System while providing overarching BMC4I for those systems. This interface must be accomplished with no changes to the weapon system. (3) Support Tactical Data Communications including Enhanced Position Location Reporting System, Single Channel Ground and Airborne Radio System, and Multifunctional Information Distribution System (MIDS). (4) The system must implement MIL-STD-3011 Joint Range Extension Applications Protocol A, B, and C. (5) Support Link 11B via serial communication. (6) Support Cursor-on-Target interface to friendly UAS Ground Control Station (GCS). (7) Interface and exchange tactical data messages with Air and Missile Defense Workstation. (8) Support the Low level Air Picture Interface with coalition forces. (9) Interface with the Wireless Audio Visual Emergency System for RAM and Tactical Ballistic Missile alerts. (10) Support Interrogation Friend or Foe technology to include Modes 1-4 and Mode 5/S. (11) Support Automatic Dependent Surveillance - Broadcast (ADS-B) technology and Mode 5 Level 2. (12) Support interface to Global Positioning System (GPS) / Precision Lightweight GPS Receiver as well as Network Time Protocol. (13) Support Air track correlation requirements as defined in the MIL-STD-6016D. (14) Support real-time and continuous Sensor Registration to align Sensors. This capability includes sending bias corrections to the Sensor/Weapon systems as well as having an option to continuously auto-correct. (15) Support Sensor Fusion techniques to include track merging of covariance data. (16) Support forensic data logging and after-action reports. (17) Support sensor cueing techniques to increase probability of detection for targets. (18) Provide false track reduction techniques to eliminate false warnings. (19) Support ballistic propagation techniques for impact point prediction. (20) Provide sensor merging, fusion and refinement techniques for Point of Origin / Point of Impact (POO / POI) prediction (21) Provide Situational Awareness display of track locations, sensor locations, coverage and operational status, RAM track location, POO, POI, and battlefield unit locations. (22) Continuously display and manage all air tracks (fixed and rotary wing, UAS, cruise missile, Space and Ground) on one tactical C2 computer. (23) Support real-time track acquisition, track identification, track correlation, track alerting, track management, track cueing, battle management and status, weapon coordination and management, saturation alleviation, and track dissemination functions. (24) Support Sense, Warn, Intercept, and Respond missions of the C-RAM C2 System. (25) Must run on existing hardware (Tadpole/Bullfrog (Unix/Solaris), General Dynamics Topaz, and Miltope Hand-held computers. (26) Must be completely interoperable with legacy fielded C-RAM C2 System to include real-time exchange of air and space tracks, RAM tracks, engagement orders with history, Change Data Orders, unit operational status, track management and battle management data. (27) Must be a Technology Readiness Level 9 system that has been government tested and accepted. (28) Must provide a Government-validated training/logistics package. (29) Must provide a real-time 3-Dimensional tactical display of the airspace and battlefield for Commander's Situational Awareness and Engagement Operations. (30) Capable of supporting and integrating into the Homeland Defense/National Capitol Region architecture. (31) Must have the capability to obtain a current Authority to Operate and provide evidence of maintaining a current Information Assurance program. The candidate must be able to support all technical, operational, safety, interoperability, security testing, and be able to provide the requisite training support. (32) Must provide evidence that the candidate solution has achieved MIL-STD 6016D and MIL-STD 3011A Conformance Certification through Joint Interoperability Test Command sanctioned testing. (33) Simultaneously support a dual C2 mission role which includes real-time Air Defense and RAM Engagement Operations. (34) Capable of sending "Do Not Engage" Sectors to the Fire Unit/Weapon prohibiting engagements in identified zones. (35) Capable of transmitting and receiving Variable Message Format (VMF) K-series messages in support of Call-For-Fire requirements. (36) Possess expertise and experience in working with international countries. Must possess product-specific expertise and domain experience to accomplish Foreign Military Sales tasks within stringent time constraints. (37) Capable of interfacing to the Blue Force Tracker System for reception of VMF messages. (38) Capable of performing the Time-Slot Reallocation with the MIDS radio and perform related functions in accordance with MIL-STD-6016D. (39) Capable of receiving and parsing the Air Traffic Navigation, Integration, and Coordinate System All Purpose Structured Eurocontrol Surveillance Information Exchange message formats. (40) Capable of performing an Advanced Battle Manager functionality which governs the C-RAM C2 System interactions with multiple disparate weapon systems including "generic" interceptor, gun, missile, and Directed Energy weapons. Instructions for Market Survey Response The C-RAM C2 market research will be conducted via white paper submissions: The Government will not reimburse respondents for any costs associated with responses to this notice. All white papers must be received by the Government Contracting Officer,David F. Cobb electronically through email at David.Cobb2@redstone.army.mil NLT 1600hrs EST on 9 September 2011. Responses will consist of an Unclassified white paper on 8.5 x 11 inch paper, double spaced with fonts no smaller than 10 point, one inch margins, in a Microsoft Word or Adobe file format. Each page of the submission shall contain the document identifier in the document header. Respondents should ensure to label any information contained in the white paper considered to be proprietary. At a minimum, the white paper shall provide a description of the technical approach and a statement on how the technical capabilities meet these key attributes: 1.) C-RAM C2 System capabilities as defined above 2.) Operational effectiveness 3.) Integration: Ability of the system to integrate with key Army Battle Command Systems 4.) Transportable with a 5 ton truck or below and quickly re-locatable 5.) Sustainable with theater assets (training, maintenance, sparing) 6.) Affordability: The estimated system costs for budgeting purposes. System costs must be both reasonable and achievable. The baseline for requested solutions is "good enough." Responses should clearly identify and summarize all previous testing of either individual components of their proposed system of systems, or of the integrated system of systems, by either US Government agencies or other test agencies. Responses should discuss types, extent, depth and breadth of analysis and data to substantiate performance and containment claims. Responses should also describe the firm's capability and experience in providing tactical systems in this mission area. The white paper will contain NO more than 25 total pages including tables, charts, and figures. The white paper will include a technical POC, phone number and email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e31f3c8fc1de5389d31f77c470362ddd)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: CCAM-SM-C, Mr. David F. Cobb, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02528952-W 20110812/110810235514-e31f3c8fc1de5389d31f77c470362ddd (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.