Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOURCES SOUGHT

63 -- Drone Detection and Defeat System

Notice Date
5/18/2017
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, US Air Force Europe, 501 CSW RCO - Alconbury, RAF Alconbury, PSC 47, Unit 5720, RAF Alconbury, 09470-5720, United States
 
ZIP Code
09470-5720
 
Solicitation Number
FA5702-17-Q-2001
 
Archive Date
6/13/2017
 
Point of Contact
Dalton Koutz, Phone: 437-2054, Joshua A. Kinsey, Phone: 437-2027
 
E-Mail Address
dalton.koutz@auab.afcent.af.mil, joshua.kinsey@auab.afcent.af.mil
(dalton.koutz@auab.afcent.af.mil, joshua.kinsey@auab.afcent.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 379th Expeditionary Contracting Squadron is issuing this request for information as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for "Drone Detection and Defeat System". The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334220 though at the time of procurement that may change if it is determined there is a better fit. The purpose of this RFI is to conduct market research for a Drone Detection and Defeat System. The requirement is for there to be coverage around the entire perimeter of the base with a 2 mile stand-off distance. Coverage needs to include the monitoring of air space via radar and RF monitoring with the ability to distinguish between Small Unmanned Aircraft Systems (sUAS) and birds. The system needs to have a consolidated monitoring center as well as the ability to track real time locations of all sUAS in the monitored air space. The system needs to be able to be in place on an active runway with NO interference to operations within the range of the system. All equipment will be mounted on existing structures and cannot be free standing. The monitoring systems will NOT record or decode any portion of the messaging (e.g., dialing, routing, addressing, or signaling information; i.e., non-content information) of Radio Frequency (RF) communications, DO NOT intercept or access the content of any electronic communication, DO NOT conduct any form of RF jamming or spoofing, DO NOT interference with electronic or radio communications, and DO NOT interfere with a sUAS in flight. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to provide this requirement, please provide the following information: 1) Organization name, address, email address, website address, and telephone number, and 2) Tailored capability statements and/or product information addressing the particulars of this effort. The government will evaluate market information to ascertain potential market capacity to provide the requirement consistent in scope and scale with those described in this notice. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE PROCURED THROUGH FULL AND OPEN COMPETITION OR OTHER THAN FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to provide the requirements listed in Appendix 1 below are invited to submit a response to this request for information no later than 29 May 2017 at 3:00 PM EST. All responses under this request for information must be emailed to SrA Dalton Koutz at email address Dalton.koutz@auab.afcent.af.mil or TSgt Joshua Kinsey at email address joshua.kinsey@auab.afcent.af.mil. If you have any questions concerning this opportunity please contact Dalton Koutz at Dalton.koutz@auab.afcent.af.mil or TSgt Joshua Kinsey at joshua.kinsey@auab.afcent.af.mil.   APPENDIX 1: Salient Characteristics • Radar designed specifically for small, low RCS targets in high clutter environments • Radar classification in real-time of drone & bird targets using AI  provides real-time target classification with AI • Radar detection 2+ mile range • Radar detects & tracks programmed flight (non-RF) commercial & military target detection • Radar Tracks & records all targets along with the target characteristics (sUAS, birds and aircraft) • Radar outputs all radar information to an advanced data system in real time  Output should be in user friendly interface, operated on Windows OS  Output should display target tracking overlaid on area map • System MUST stand up to extreme heat temps ranging from 120F to 140F degrees • System must be able to accept software updates • System must be constructed on existing infrastructure/construction  System can NOT require standalone construction of a new building or tower • System once operational will NOT interfere with Air Field operations  GPS  Radiofrequency  Communications • Radiofrequency (RF) detection without jamming capability • Radiofrequency (RF) 2-5 mile range • Radiofrequency (RF) identifies, locates, tracks drone & controller • Radiofrequency (RF) collects drone ID information for prosecution • Detection outputs information to an advanced data system in real time  Output should be in user friendly interface, operated on Windows OS  Output should display target tracking overlaid on area map • RF detection system MUST integrate with Radar detection interface to provide a single interface that allows controllers to monitor, detect and locate intrusions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/57281febc9e9bcf18c9d44b588bbd59b)
 
Record
SN04514925-W 20170520/170519000951-57281febc9e9bcf18c9d44b588bbd59b (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  © 1994-2020, Loren Data Corp.