SOLICITATION NOTICE
58 -- Tatical Remote Sensor System (TRSS) Systems of Systems (SoS)
- Notice Date
- 12/15/2014
- Notice Type
- Presolicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
- ZIP Code
- 22134
- Solicitation Number
- M67854-15-TRSSRFI
- Archive Date
- 3/31/2015
- Point of Contact
- Michael Schrantz, Phone: 7034324024
- E-Mail Address
-
michael.schrantz@usmc.mil
(michael.schrantz@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI) United States Marine Corps Tactical Remote Sensor System (TRSS) This notice is a Request for Information (RFI) to obtain market research information from sources capable of satisfying requirements identified herein. Responses from all industry sources are welcome. This market research is for informational purposes only and should not be construed as a commitment of any kind. Responses to this RFI cannot be accepted by the Marine Corps to form a contract. Responders will not be reimbursed for any information received and are encouraged not to provide proprietary data or business sensitive information as any information received may be used by the Government. The due date for responses to this RFI is 31 December 2014. OVERVIEW/BACKGROUND: Marine Corps Systems Command (MCSC) is seeking information from sources that are interested in being a prime contractor to provide Contractor Logistics Support for the Tactical Remote Sensor System (TRSS) System of Systems (SoS). The TRSS SoS is deployed and operated by Ground Sensor Platoons (GSPs) in support of the Commander's Intelligence Collection effort. Once deployed, the remote systems operate autonomously to provide continuous, unattended surveillance to distant areas of the battle space. Remote sensors use multiple sensing modalities and radio communications methods to detect and report personnel and vehicle activity in designated areas of interest. The following sub-systems encompass the full TRSS Suite: The TRSS Unattended Ground Sensor Set (UGSS), AN/GSQ-257 is a suite of hand-emplaced sensors that operate unattended and detect activity through seismic, acoustic, infrared, and magnetic sensing technologies. The UGSS primary sensor is the Encoder Transmitter Unit-II (ETU-II). The ETU-II is a low-resolution, seismic/acoustic target classification sensor, which reports targets as wheeled vehicles, tracked vehicles, or personnel. Each UGSS includes ETU-IIs, Infrared Intrusion Detector-II (IRID-II) and Magnetic Intrusion Detector II (MAGID-II). The IRID-II is a temperature-sensitive transducer that reports changes in its observed Field Of View (FOV) and reports the direction the detected targets are traveling. The MAGID-II recognizes changes in its near-field magnetic environment and reports direction of movement. The IRID-II and MAGID-II can be attached to the ETU-II to provide additional target discrimination and counting capabilities. The Radio Repeater (RR) is a dual-band sensor retransmission system that enables communication between deployed sensors and monitoring sites when direct sensor-to-monitor radio line-of-site is precluded by terrain. The Radio Repeater is remotely configurable to use various modes, filter messages, mask out problematic sensors, and change operating frequencies. The Imager-IIA is an integrated system of cameras, radios, and image processing hardware that captures and transmits images from areas under surveillance, to distant sensor monitoring systems. Upon detection of sufficient pixel changes in the camera's Field of View (FOV), the Imager captures an image. The Imager then uses its radio systems to send the image to sensor monitoring sites via either satellite communications or terrestrial radios using one or more RRs. The Imager is remotely configurable to change operational modes, select camera controls, and change radio frequencies. T he Hand-Held Programmer Monitor (HHPM) is a portable, programmable, dual-band, sensor emplacement tool for programming sensor equipment, monitoring sensor activity, recording sensor positions, and testing Radio Frequency (RF) communications paths between remote device sites. Sensor imagery is displayed in the HHPM's Tactical External Viewing Assembly Version-II (TEVA-II). The TEVA-II may also be connected directly to the TRSS Imager when the user desires to see a camera's field of view. The HHPM menu provides a variety of user-selectable display preferences and test messages designed to enable Marines to perform sensor tests and direct (cabled) reconfiguration at sensor emplacement sites. An earphone assembly and night vision filters are provided to enable operation when light and sound discipline are required. The Signature Data Recorder-II (SDR-II) is a multi-channel transceiver for monitoring and controlling unattended remote sensors and sensor retransmission systems. The SDR-II is the major sensor communications device in the Sensor Monitoring Group (SMG) and Sensor Monitoring Group - Lite (SMG-L). The SDR-II sensor communication capabilities include four Very High Frequency (VHF) receivers, one VHF transmitter, four Iridium Satellite Communication (SATCOM) modems, and a Selective Availability Anti-Spoofing Module (SAASM) Global Positioning System (GPS) receiver. The SDR-II also includes planned slots for two Common Sensor Radios (CSR) Ultra High Frequency (UHF) transceivers. The SDR-II is also capable of interfacing to two Hand-Held Programmer-Monitors (HHPMs) to provide additional sensor monitoring capacity of two VHF transceivers and two UHF receivers. The Sensor Monitoring Group (SMG) is a tactical, dismounted sensor monitoring and control suite for local and remote unattended ground sensors. The primary components of the SMG are an antenna subsystem, an integrated transit case assembly of networking devices and sensor communications devices, to include the SDR-II and a sensor monitoring workstation. The SMG enables a single user to monitor hundreds of sensors. The Sensor Monitoring Group-Lite (SMG-L) is a lightweight version of the SMG and is a tactical, dismounted sensor monitoring and control suite for local and remote, unattended ground sensors. The primary components of the SMG-L are a rapidly deployable antenna subsystem, the SDR-II, and a sensor monitoring workstation. The SMG-L enables a single user to monitor dozens of sensors. Requirements: This RFI sets forth the basic requirements for interested parties who may possess the capabilities to provide repairs, upgrades, and replacement hardware for the above described TRSS SoS. Specific services include technical, engineering, production, managerial, logistics, and administrative labor. A strong demonstration of corporate knowledge on target identification and sensor technology is foreseen as critical in meeting the objective of this program. Industry firms capable of accomplishing the required services, in whole, or by teamed effort, are invited to submit an affirmative response to this notice. Partial solutions should not be submitted. Firms may include brochures, specification sheets, literature, prior experience in this type of effort, and capability summaries directly addressing their ability to meet the aforementioned needs. Th e expected sustainment period of performance is five years. OTHER INFORMATION: The North American Industry Classification System (NAICS) code for this effort is 334220, Wireless Communications Equipment manufacturing, SB size is 750 employees. Parties interested in providing information in response to this RFI are invited to provide the following information to assist the Government with its market survey: •· Introductory Statement that includes at least the following •o Organization Name, Address and Point of Contact information. •o DUNS and CAGE Code. •o Business size and type (i.e., large, foreign, small disadvantaged, veteran owned, minority owned, etc.). Please include your company's business size based on the above NAICS code. •· Statement of capabilities addressing the Government's potential requirement. Information contained in the capability statement should be pertinent and specific to the Government's requirement, and at a minimum address the following qualifications: (1) Experience: An outline of previous work, with an emphasis on specific work previously performed or being performed which is similar to the potential requirement; (2) Personnel: Amount, availability, experience and qualifications of current employees that can support the effort or existence and accessibility to potential employees (statements of intent are not needed); (3) Facilities: Availability and description of facilities location and availability to support performance, including production and repair facilities; (4) Security: A statement regarding personnel and facility security clearance; (5) Organization structure; (6) Interest level: Include an affirmative statement that they are a large or small business and interested in performing as a prime contractor. (This RFI is not seeking to identify subcontractors or match subcontractors with prime contractors). Include any other specific and pertinent information as it pertains to the particular supplies to enhance our consideration and evaluation of your company's capability to meet the requirement. Responses should be less-than 5MB (due to USMC network limitations) and are requested not to exceed ten printed pages (excluding product information such as brochures, specification sheets, etc) that are not larger than 8 ½" x 11" for each page. Responses must be readable in at least Microsoft Office 2000 and/or Adobe Reader Professional 8. SUBMISSION PROCESS AND DUE DATE: To respond to this RFI, please supply requested information and send via e-mail to: Mike Schrantz at michael.schrantz@usmc.mil. The due date for responses to this RFI is 31 December 2014. NOTE: This RFI is issued in accordance with FAR Clause 52-215-3 for planning purposes only. This RFI is issued for the purpose of determining the capability of sources and does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quote (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. No solicitation document exists. Any information that the company considers proprietary should be clearly marked. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses may not include classified material. Responses to this notice will not be returned. No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests. Information or statements contained herein are not binding upon the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-15-TRSSRFI/listing.html)
- Place of Performance
- Address: 2200 Lester St., Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN03596681-W 20141217/141215235053-98562ca26b540c4f1482cbdf0acfbcf6 (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 |