Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
SPECIAL NOTICE

99 -- RFI - Man-Packable Push-To-Talk (PTT) Direction-Finding (DF) or Geolocation system.

Notice Date
12/20/2011
 
Notice Type
Special Notice
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236_SNOTE_00030252
 
Archive Date
1/12/2012
 
E-Mail Address
Contract Specialist
(paula.somers@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The information contained is N65236_SNOTE_0002F636 dated 13 DECEMBER 2011 ishere by modified to read as follows: Submissions are due by noon on 12 January 2012 Request for Information (RFI) - Man-Packable Push-To-Talk (PTT) Direction-Finding (DF) or Geolocation system Space and Naval Warfare Systems Center (SPAWAR) Atlantics (SSC-A) Request for Information (RFI) is for a Radio VHF/UHF stand-alone system to support deployed forces in the rapid detection, tracking, direction finding (DF) and geolocation of Radio VHF/UHF signals using small receivers and small aperture antennas. SSC-A has been tasked to provide a man-packable solution for electronic warfare support. This capability will provide the means to permit Units to conduct concealed SIGINT/EW operations in far-forward positions; will consist of lightweight, SIGINT, Communication, Counter-Command and Control (C2), and navigation equipment to perform the following tasks: (a) Conduct signal search in the tactical area; (b) Acquire Lines of Bearing (LOB) to enemy transmission sites and communications equipment; and (c) Report SIGINT/EW information via USSID channels. SSC-A request for information (RFI) is focused on evaluating systems to support its mission. This RFI is for a man-packable PTT product solution ONLY that may go in a small container, palletized skid plate, or other form factor as selected by SSC-A. Please include the following with your technical submission: * Administrative Information * Technical Submission * Cost information * Lead time on equipment ordering Please provide Administrative Information below: * Company information, main staff point of contact (POC) info, including name, address, phone number, and website link (as available). * Whether the company is a hardware product provider, technical consultant, manufacturer, and/or distributor. Please address all items and design drivers below as part of your TECHNICAL SUBMISSION (INCLUDE COST AND LEAD TIME ORDERING INFORMATION) 1. Product name and a brief description (no more than one page per product). 2. Product Quad Chart to include OV-1 Diagram and system information. 3. System product solution shall require minimum real estate, be capable of being operated in a stand-alone configuration or in a meshed or networked environment. Please provide physical size of system and each component. ADDITIONAL SYSTEM DESIGN DRIVERS 1. Manually and/or semi-automatically search, detect, collect, reject, monitor, and have the ability to record or store via removable media (CF Card, USB drive) within the assigned frequency spectrum. 2. System must be able to DF from a stand-alone configuration and have the ability to independently function and/or combine with other like systems to produce more refined GEOs and form complete network topography. 3. Provide a capability for the operator to create a signal search list of up to 25 signals, threshold; and 100 signals, objective. 4. Provide a capability to semi-automatically search up to 25 pre-programmed signals of interest within 30 seconds, threshold; and 10 seconds, objective. 5. Upon demand by the operators, provide signal strength, center frequency, bandwidth, times of detection, and length of transmission for up to 25 collected signals, threshold; and 100 signals, objective. 6. Size and Weight. The following weight and size parameters apply. (a) The maximum weight of the entire system employed should not exceed 48 kg (105.82 pounds (lbs)) - threshold, 32 kg (70.5 lbs)-objective, excluding power source. (b) No single component should exceed 6 kg (13.2 lbs)-threshold, 4 kg (8.8 lbs)-objective 7. Mobility Requirements (a) shall be capable of transport to and from tactical vehicles, all types of airlift aircraft and aboard ship by a crew of six Marines. (b) may be used in small boats, wheeled/tracked vehicles, civilian vehicles, and helicopters, as an objective. If so employed, a quick release, slide-in/slide-out mounting capability for each of the subsystems is required. 8. Operations and Maintenance (O&M) - (a) 24 x 7 help desk (objective only); (b) Mean time to Repair; (c) Mean time between Failures; and (d) Operational Availability (Uptime). DETAILED PRICE AND/OR COST SCHEDULES FOR PRODUCTS SHOULD BE OUTLINED AS FOLLOWED: (a) Product price and bulk price (itemized be component) and (b) Responders are asked to identify any SSC-A and/or GSA Contract Schedules. The submitted information will be evaluated for inclusion in the GSM Cellular System Selection by SSC-A. Consequently, follow-up requests for feedback should not be made through Federal Business Opportunities posting agency. Vendors may be contacted following submission for more detailed product information. SUBMITTALS Respondents are requested to provide feedback in the following format: MS Office Products Respondents are also requested to address the items above provided by SSC-A. All material is to be provided to SSC-A no later than noon on 12 January 2012. The System provider or vendor submission should not exceed 10 pages total. All submissions should be sent to SSC-A Paula Somers at paula.somers@navy.mil. A word copy of this RFI is available at SPAWARS E-Commerce website. The link for this website is located at the end of this announcement. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c1e032dd49236f19926ef5cfe05ea684)
 
Record
SN02642473-W 20111222/111220234330-c1e032dd49236f19926ef5cfe05ea684 (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.