Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2011 FBO #3673
SPECIAL NOTICE

99 -- Request for Information (RFI) - Unattended Sensor Network

Notice Date
12/13/2011
 
Notice Type
Special Notice
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236_SNOTE_0002F646
 
Archive Date
12/20/2011
 
E-Mail Address
Contract Specialist
(paula.somers@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Responses are due no later than 12:30 p.m. on Jan 27, 2012. Request for Information (RFI) - Unattended Sensor Network SPAWAR System Center Atlantic is seeking information on an unattended sensor network system. Concept is a system of four unattended sensors that can target & collect radio frequency (RF) signal data in the 30 MHz - 3 GHz range on an unclassified network and communicates data back to a central operator node for processing. The processing node shall be able to geo-locate the target RF signal and draw to a map. Supplier shall be able to provide sound design concepts for the sensor network including the following requirements: 1. The system shall provide a distributed sensor network as a remoted system 2. The system shall provide a kit of up to four sensors with one sensor tied to a control node 3. The system shall be able to be used with an approved multi-level security guard 4. The system can control multiple sensor types to provide full range of capabilities in conjunction with one another or standalone 5. As an objective shall provide a single receiver type with multiple antennas and/or processor boxes to provide full range of capabilities 6. The system shall work on any TCP/IP based network 7. The system shall be able to self-locate and provide appropriate GPS coordinates 8. The cost of individual sensor including communications, antenna, processor, and receiver shall not exceed $25,000 9. Each sensor shall operate on battery power for one week before recharging and indefinitely if connected to 110-240 VAC (48-63 Hz) or vehicle power (12-36 VDC) 10. As an objective each sensor shall be under 15 Watts 11. As an objective the system shall be able to monitor power of each sensor remotely 12. As an objective each sensor must be less than 200 cubic inches without power source, antenna, or communications mechanism 13. As an objective each sensor must weigh less than 10 lbs with communication mechanism 14. The central controller node shall produce geo-locations within 20-30 seconds 15. The system shall geo-locate on RF signal based on input from lines of bearing (LOBs), time/frequency difference of arrival (T/FDOA), or other alternative methods 16. The system shall act as a node in a networked geo-location architecture with 2 or more other systems to provide a 70% or better elliptic error probability (EEP) on a target RF signal 17. The system shall comply with Airborne Overhead Interoperability Office (AOIO) Joint Interface Control Document (JICD) 4.X if using a T/FDOA solution 18. The system shall be able to simultaneously monitory two signals at once while geo-locating on one signal 19. The system shall be able to prosecute signals within the 30 MHz - 3 GHz range, with priority given to accuracy in the frequencies between 100 - 500 MHz 20. The system shall be able to interface with sophisticated signal detection system allowing the remoted sensors to be unclassified by sending pre demodulated data for processing, targeting, and geo-locating 21. The system shall allow for a minimum of 5 Km between sensors. 22. Each sensor shall be able to relay through other sensors to the control node or directly to control node 23. The system shall provide a short range line of sight (LOS) radio network link in order to exchange data 24. The system shall use a mobile ad hoc network (MANET) 25. The antennas shall be concealable, adjustable, and configurable in urban and rural environment 26. The system shall provide an assortment of antennas for omni-directional and directional signal reception 27. The antennas shall detect signals at clear LOS ranges for a minimum of 5 Km 28. The system shall provide a built in test (BIT) feature allowing the operator to determine system status before, during, and after mission and provide indication of failed assembly 29. The system shall provide BIT status within 30 seconds of BIT initiation 30. The system shall provide status and health remotely 31. The system shall provide a zerorize function to delete all controlled cryptographic item (CCI) material if used 32. The system shall provide a failsafe device to prevent accidental sanitization 33. The system shall provide operators the ability to insert signal location information from off board sensors and sources received through a communications network link and use the information as a part of the signals geo-location computations 34. The system shall be resistant to externally generated RF interference (MIL-STD-461E) 35. The system shall be able to operate at temperatures between -20 (degrees) C to + 50(degrees) C and be able to withstand non operating temperatures between -40(degrees) C to + 60 (degrees) C (MIL-STD-810F Method 501.4) 36. The system shall be able to withstand humidity condensing between 0-100% (percent) and non condensing between 5-95% (percent) (MIL-STD-810F Method 507.4) 37. The system shall be able to operate at altitudes between ground to 25,000 ft and be able to withstand non operating altitudes between ground to 40,000 ft 38. The system shall be able to withstand shock values of 2.5g, 11ms, sine while operating and 10g, 11ms, sine during non operation 39. The system shall be able to be submerge up to 1 meter for 2 minutes after proper preparation (MIL-STD-810F Method 512.4) 40. The system data storage devices shall be physically separate from operational devices 41. The system data storage shall be removable 42. The system shall provide the following mapping overlays: LOB or Geo-Location Ellipse, Current Location 43. The system mapping package shall be compliant with MIL-STD-2525B Symbology 44. The system shall display estimated signal source location on a moving map display 45. The system shall allow the operator to color-code or otherwise distinguish between display of each signal being tracked 46. The system shall provide an online help capability 47. The system shall provide one operator position with control of other sensors 48. The system shall be night vision goggle (NVG) compatible as well as having adjustable brightness displays 49. The system operator position shall provide analyst capabilities SPECIFIC INFORMATION SOUGHT INCLUDES: 1. Detailed product design description 2. Company information, including name, size, address, and URL 3. A point of contact for follow-up information, include contacts phone number and e-mail address 4. Product Maturity Level 5. Cost information such as purchase price and General Services Administration (GSA) schedule information. SUBMITTALS Send your technical questions to the technical point of contact: Enrico Chandler enrico.chandler@navy.mil. Submissions are due no later than 12:30 p.m. EST on 27 January 2012. Desired format: MS Office/Word. A sanitized copy of this RFI is located on SSC-A's e-commerce website, via the link below. This RFI is for INFORMATION GATHERING and PLANNING purposes ONLY, and should not be construed as a Request for Proposal (RFP) or solicitation of an offer. The Government DOES NOT intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. E-mail your non-technical contract related questions to Ms. Paula Somers at paula.somers@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a85185dee731b3e48a32a3e4cf2f59b3)
 
Record
SN02638008-W 20111215/111213234151-a85185dee731b3e48a32a3e4cf2f59b3 (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.