Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2011 FBO #3681
SOURCES SOUGHT

63 -- The purpose of this RFI is to obtain innovative solutions for the Command and Control system

Notice Date
12/21/2011
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG SCRT - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-11-COMMANDANDCONTROL
 
Response Due
1/31/2012
 
Archive Date
3/31/2012
 
Point of Contact
Monique Marshall, 4103062851
 
E-Mail Address
ACC-APG SCRT - Aberdeen
(monique.marshall@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION; no award will be made as a result of this request. This request for information (RFI) is for informational purposes only; this is not a Request for Proposal (RFP). All interested parties are encouraged to respond to this RFI. The Government will not pay for information and materials received in response to this RFI, and is in no way obligated by the information received. 1.0 SCOPE: Background: The United States Army's Product Manager Air Warrior (PM AW), located at Redstone Arsenal, Alabama is performing a Market Survey for development of a Command and Control system that allows situational awareness of all Personal Locator Beacons (PLB) that are being utilized by coalition forces. The system must be able to monitor 406 MHZ PLB on the civilian COSPAS-SARSAT network architecture. The system will enable the ISAF Joint Command (IJC) Consolidated Personnel Recovery Center-Afghanistan (CPRC-A) to locate a member in an Isolated, Missing, Detained or Captured (IMDC) status and facilitate the Personnel Recovery (PR) tasks of report and locate that initiates PR operations. The purpose of this RFI is to obtain innovative solutions for the Command and Control system The Command and Control system will be subjected to system performance evaluation testing and is essential in meeting CENTCOM guidance for recovery of all isolated personnel within 4 hours employing one point-to-point recovery within a 24-hour period. The Search and Rescue Satellite Aided Tracking (SARSAT) and Rescue Coordination Center System (RCC) will serve as a client station consisting of software loaded on a computer with a direct IP address to the current systems in Qatar. The PLB forwarding service shall enable the database server at Office of Security Cooperation (OSC-I), CPRC-A and the Combined Air Operations Center (CAOC) in Qatar to receive all beacon alerts. The system will meet specialized needs of the Regional Coordination Center (RCC) while supporting a full range of rescue operations. The command and control system will use Geographic Information System (GIS) and Graphical User Interface (GUI)/Relational Database Management System (RDBMS) technologies to provide the Rescue Controller with a single desktop platform to manage and conduct Search and Rescue operations. The system functions in a client/server environment and consists of two main components. The system tools will include an electronic log, operations checklist, assets and resource management, SAR briefing formats, beacon registry, blood-chit database, and isolated personnel tracking. 2.0 REQUIRMENTS: Interested parties shall provide a detailed design for a system consistent with the draft performance requirements listed below. The device must also be capable of displaying live beacon alerts from Emergency Locator Transmitters, Emergency Positioning Indicating Radio Beacons (EPIRBs) and PLBs. a. Dependable power source to ensure ability to be activated and signal received. b. System signal must be collected by space and air-based assets with the ability to disseminate throughout the CENTCOM Theater of Operations (CTO) (down to the Major Subordinate Command (MSC) level. c. Capable of identifying activated Beacons. d. No service member maintenance required. e. Must be able to support and track distress signals from the following systems: 1. Personal Locator Beacon (PLB) using the 406 MHz frequency. 2. Emergency Locator Transmitter (ELT) using the 406 MHz frequency. 3. Emergency Position Indication Radio Beacon (EPIRB). f. Must provide alerts for the above mentioned systems within registered database and interface with the global COSPAS SARSAT system. g. Must be able to plot satellite derived Doppler within 5 NM and beacon transmitted GPS position within 20M. h. System must be maintained and updated as required due to frequency and end user equipment changes. i. A tested, proven and reliable system. System will be programmed and installed in the IJC Joint Operations Center CPRC-A. The system will include all wiring, power needs and acquisition systems to make the system operationally capable of receiving activated PLB information. The system will be linked into other systems and required networks to ensure connectivity with all coalition PLBs and all future systems that are acquired using a frequency range. Installation and accreditation should occur prior to Fully Operational Capability. This will be a recurring requirement for software upgrade and contractor assistance as required. 3.0 DELIVERABLES This is NOT a Request for Proposal. Companies who desire to participate in this market survey are encouraged to submit a white paper which supports the company's claim that it presently has the technology to satisfy the requirements identified in paragraph two (2) above. The White paper should discuss the company's ability to develop and/or provide existing technologies and address any other features of your system that may enhance its utility to the Army. Companies should provide a Rough Order of Magnitude (ROM) for unit cost and its anticipated delivery for the proposed solution. White papers should also discuss related company experience and include points of contact. The white paper should be prepared in MS Word, limited to fifteen (15) pages in length. All responses to this market research shall be submitted electronically to the Contract Specialist Monique Marshall, via email at monique.n.marshall.civ@mail.mil. The company shall be responsible for any costs associated with preparing responses to this market research. All requests for further information must be made in writing or via email; telephone requests for additional information will not be honored. The government will review RFI submissions as they are received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/15ccd7a6e5f700605f1e5f9bc04ca674)
 
Place of Performance
Address: ACC-APG SCRT - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02643536-W 20111223/111221234651-15ccd7a6e5f700605f1e5f9bc04ca674 (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.