Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOURCES SOUGHT

58 -- Next Gen CREW

Notice Date
7/20/2020 8:33:17 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-20-R-E004
 
Response Due
9/3/2020 2:00:00 PM
 
Archive Date
09/18/2020
 
Point of Contact
Eric C. Pyles, Christopher R Gaines
 
E-Mail Address
eric.c.pyles.civ@mail.mil, christopher.r.gaines4.civ@mail.mil
(eric.c.pyles.civ@mail.mil, christopher.r.gaines4.civ@mail.mil)
 
Description
Next Generation Counter Radio-Controlled Improvised Explosive Device (RCIED) Electronic Warfare (CREW) System Request For Information (RFI) Solicitation Number W56KGY-20-R-E004. � Agency: Department of the Army Office: Army Contracting Command Location: ACC - APG (W56KGY) Division C � Notice Type: Sources Sought � Posted Date:� July 20, 2020 � Original Set Aside: N/A � Set Aside: N/A � Classification: 58 � Communication, detection, & coherent radiation equipment � Product Service Code: 5865 (ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT) � NAICS Code: -- Computer and Electronic Product Manufacturing/334511 � Search, Detection, Navigation Guidance, Aeronautical, and Nautical System and Instrument Manufacturing Synopsis: � Next Generation Counter Radio-Controlled Improvised Explosive Device (RCIED) Electronic Warfare (CREW) System � Agency: Department of the Army Office: Army Contracting Command Synopsis: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or promise to issue an RFP in the future. No formal solicitation package is available. The Market Research Solicitation Number W56KGY-20-R-E004 has been assigned for reference purposes only and does not constitute a solicitation for bids or proposals. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Interested parties may identify their capability to meet all or portions of the requirements by submitting: A white paper, technical data, qualification and certification test data, logistics documentation and/or past performance data. This data must be provided to this office not later than 5:00 PM Eastern Standard Time on�September �03, 2020. Only responses received by this date will be considered. � Full Description of the requirements is as follows: � The Army Contracting Command at Aberdeen Proving Ground, Maryland and Product Lead Electronic Attack (PdL EA) are conducting market research. The purpose of this market survey is to identify parties that have invested Internal Research and Development (IR&D) dollars to design a Command Control Communications Computers Cyber Intelligence Surveillance Reconnaissance (C5ISR)/Electronic Warfare (EW) Modular Open Suite of Standards (CMOSS) and Modular Open Radio Frequency (RF) Architecture (MORA) compliant mounted CREW system or have the ability to integrate mature subsystems into a partial MORA/CMOSS compliant CREW system.� Information sought is for the purpose of understanding the scope of work that can be accomplished within the below requirements and assumptions. The Army has defined a suite of open architecture industry and Army standards to enable the reduction of C5ISR system size, weight and power - cooling (SWaP-C) and ensure commonality across multiple platforms by enabling the sharing of hardware and software components.� The CMOSS Mounted Form Factor (CMFF) prototype platform will be used for operational assessment of these concepts (See Concept Diagram for the CMFF below).� The prototype capability (CMOSS and MORA compliant Card) described in this RFI will be integrated into the CMFF prototype platform with additional CMOSS complaint cards with various functionality.� � Timeline:� Responses should assume an 18-24 month effort with demonstrations occurring at 12 and 18 months of start.� If demonstrations are successful, a follow on effort to produce more systems would be implemented.� Long lead items would be purchased ahead of decision in order to reduce risk to the program. System Quantity:� Responses should assume 2 prototype units available for the two separate demonstrations with the possibility of 8 additional systems being delivered at the end of the effort.� Assume the two prototype systems would be modified to match the 8 systems being produced for a total of 10 systems. � Funding:� Responses should assume funding profiles of 5 Million (M), 3M, or 1M.� This amount would include hardware/software (HW/SW) development and procurement, integration, and engineering support for demonstrations.� Demonstrations would be funded by the Government.� Interest is in understanding the scope of effort possible for all funding amounts.� What trades would have to be made for lower funding options? CREW Capability:� System must meet some level of CREW capability to include a reactive jamming capability.� Interest is in understanding what mature techniques could be demonstrated in a short time frame. Design Constrained: Figure one describes the constrained design.� Assume that detailed Interface Control Documents (ICDs) would be supplied for the external power amplifier box and chassis.� Anechoic chamber information would be available for the legacy antennas.� The chassis in the figure is notional only.� Assume that the CREW mission would be given a single card slot in this configuration.� The Chassis would adhere to MORA/CMOSS standards.� The CREW card could interact with other cards, such as a Position Navigation and Timing card.� At a minimum, the CREW card would interact with a switch within the chassis to gain access the external amplifiers.� The card can have direct Radio Frequency connection to the external amplifiers using blind mate coax connectors specified by the payload profile.� Interest is in open software architectures within the card to allow for rapid fielding of new techniques to pace the threat. Assume that the external amplifiers would be a frequency banded set of amplifiers that would provide the additional power required for CREW techniques.� The external amplifiers would be mounted in place of the Duke V3 primary unit system.� The amplifiers would be connected to the legacy Duke V3 antennas.� Based upon these assumptions, how would this effort be scoped based upon the above funding profiles?� What are the risks associated with this plan?� What further information is required to reduce risk? Please see Attachment A for Constrained Design. Design Unconstrained:� If the design were unconstrained, what changes would be recommended?� What changes could reduce risk and cost to the program?� What MORA/CMOSS compliant external amplifiers and radio-heads exist that can conduct a CREW mission?� What is the maturity level of the subsystems? White Paper Requirements:� Address all questions and interests within the Request for Information.� Provide a design within the constraints given within the request.� It is optional to provide an unconstrained design. Major Milestones: Anticipated RFP Release Date: TBD The security requirements for this effort will be as follows: Facility Clearance required shall be SECRET with SECRET safeguarding capability. Respondents must also address the following items: Company Name, Contact Name, Position, Telephone, Email, and Company URL. Corporate capability to include available facilities to execute sustainment requirements, Facility Clearance and safeguarding levels, The Commercial and Government Entity Code (CAGE Code), and Data Universal Numbering System (DUNs) number. White paper and additional data must be provided to this office no later than 5:00 PM Eastern Standard Time on�September 03, 2020. Only responses received by this date will be considered. Respondents must identify, in writing, their interest and capability to respond to this requirement by submitting one (1) electronic copy via email to Dr. Leslie Litten, (leslie.a.litten.civ@mail.mil), Mr. Mohammed Rizki (mohamed.rizki.civ@mail.mil) and Mr. Eric C. Pyles (eric.c.pyles.civ@mail.mil). Classified information shall NOT be submitted. NO TELEPHONE REQUESTS WILL BE HONORED. Contracting Office Address: � 6565 Surveillance Loop Aberdeen Proving Ground, Maryland 21005-1846 United States � Primary Point of Contact: Eric C. Pyles, Contract Specialist eric.c.pyles.civ@mail.mil Secondary Point of Contact: Christopher R. Gaines Contracting Officer christopher.r.gaines4.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/97ee95ad2e2149f1b19aebb579e23ace/view)
 
Record
SN05726897-F 20200722/200720230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.