Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOURCES SOUGHT

12 -- Advanced Radio Frequency Antenna Technologies for the Cooperative Engagement Capability (CEC)

Notice Date
4/7/2021 7:10:51 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-21-R-5235
 
Response Due
5/7/2021 2:00:00 PM
 
Archive Date
05/22/2021
 
Point of Contact
Brian H.J. Kimm, Phone: 2027813027, Janel Duval, Phone: 202-781-2850
 
E-Mail Address
brian.kimm@navy.mil, janel.duval@navy.mil
(brian.kimm@navy.mil, janel.duval@navy.mil)
 
Description
Advanced Radio Frequency Antenna Technologies for the Cooperative Engagement Capability (CEC) Solicitation Number: N00024-21-R-5235 Agency: Department of the Navy Office: Naval Sea Systems Command Location: NAVSEA HQ Synopsis: Request for Information Advanced Antenna Technologies RFI Description: This notice is a Request for Information (RFI) as defined in FAR 15.201(e). The Naval Sea Systems Command (NAVSEA) is conducting market research on advanced radio frequency (RF) antenna technologies to support advanced naval tactical networking across a variety of platforms including ships and aircraft. Additionally, the advanced RF antenna may also support multiple, simultaneous functions (e.g. communications and RF spectrum sensing). Advanced naval tactical networking requires communications that can adapt over a wide range of operating conditions. Salient characteristics desired include the following: Near-term (ready for low-rate initial production in 2025 with TRL 8-9): Operational bandwidth using the existing portion of C-band Electronically-controlled beam (and null) steering and shaping Digital beam-forming Multiple simultaneous Tx and Rx beam (minimum of four, half-duplex) Support for diverse waveforms such as CPFSK, QPFSK & OFDM Fine-grained power level control Far-term (Achieving TRL 6 in 2025-2030 timeframe): Long-term extensibility to a broader frequency coverage extending on the order of 1 GHz to 48 GHz supporting wide bandwidths Wide instantaneous bandwidths Full Duplex Multiple simultaneous Tx & Rx beams in shared aperture (minimum of four) Conformal aperture support Full polarization diversity The existing RF antenna configurations which support CEC are Planar Array Antenna Assembly (PAAA) for ships and End-Fire Array (EFA) for aircraft. This RFI seeks both information on active, phased-array technologies that are enablers for future wide-band arrays�for shipboard, landbased and airborne platforms, and options that also�address near-term objectives in the existing C-Band. Particular emphasis should be placed on affordability and technical readiness of a shipboard application for acquisition in the FY25-FY27 timeframe. RFI Purpose: NAVSEA invites all interested parties, including small business concerns, to submit written information sufficient to demonstrate the respondent's ability to fulfill the requirements. For those interested parties that have technologies which may not achieve a�Technology Readiness Level�(TRL) of 8-9 by�FY2025, please provide information on current research and development efforts that may address some or all requirements of this RFI beyond FY2025. The Navy is conducting market research to identify qualified and responsible sources that may be interested in the requirements described in this notice. This RFI is issued for informational and planning purposes only and does not constitute a solicitation or a Request for Quote (RFQ). This RFI is not to be construed as a commitment by the Government to issue a solicitation or award a contract. RFI Responses: Responses should include one (virus scanned) copy sent�via email to the points of contact listed in this notice, and must be received no later than May 7, 2021. Please ensure that the subject line of any emails containing responses or questions related to this notice includes the name of your firm and ""Advanced Antenna Technologies RFI Response"" (without quotation�marks). Include a cover page with the response that lists the following information: Solicitation number for this notice (N00024-21-R-5235) Company Name Mailing address and physical address (if different) DUNS number CAGE code Business size status (based on NAICS code 334511) Type of small business (if applicable) Name, position, email address, and phone number of point(s) of contact All information received bearing proprietary markings will be handled in accordance with applicable statutes and regulations and be limited in distribution to cognizant government agencies and to the program Technical Direction Agent. Responses to this notice will not be returned. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contacts listed in this notice. Interested parties submitting proposed solutions shall include the following in the RFI submission: Frequency band coverage including range of frequencies supported, instantaneous bandwidth, and RF response (gain, phase linearity, beamwidth, etc....) across supported coverage for both element level and array level, as relevant Array topologies supported (e.g. planar, circular or conformal) Polarizations supported (e.g. switched or simultaneous) Scan angles supported in azimuth and elevation planes. Description of how full-hemispherical steering would be achieved. Transmit/receive gain, transmit power level and control, noise figure, transmit/receive isolation, receive/receive isolation. Co-channel interference rejection metrics (ability to filter, null steer away from high power emitters Number of beams supported and any trade-space to support multiple, small ""spot"" beams (or nulls) versus broader beam shaping, etc. This trade-space may extend to the ability to support diverse frequency bands, simultaneous transmit and receive including frequency division duplex operation Beam steering and/or frequency switching time constants (e.g., settling times, switching rates, etc.) Size, weight, power and cooling (SWaP-C) considerations including antenna efficiency If applicable, description of the technology's ability to support modular�concepts that enable�multiple configurations to be instantiated from a common technology base to support installation on a variety of naval platforms.� Additionally, concepts for modular approaches where the radiating aperture, RF, personality layer, RF down conversion and digitization are separable are also�of interest. Example elements of a modular approach may�include separable digital conversion, channelization, and processing as well as RF amplification, filtering, and other aspects. Support for conformal applications Environmental considerations or limitations for usage. The antenna will be subjected to the same environmental conditions naval ships and aircrafts are expected to be in. Description of ability to operate in adverse environment that include low and high temperatures, sand, salt, water, shock vibration, etc. Projected costs cost drivers or potential major cost drivers For existing technologies that meet some or all of the requirements of this RFI, please provide an assessment of the Technical Readiness Level (TRL) with substantiation including descriptions and reports of any analysis, and tests and evaluations. Identify relevant technology risk areas and any ongoing technology maturation initiatives currently under way.� Include anticipated development timeline to achieve TRL 9 for near-term solutions and R&D timeline to achieve�TRL 6 for long-term approaches. NOTE: Please limit RFI responses to 15 pages or less, excluding the cover page, with 1-inch margins, and 10-point Times New Roman font or larger. This notice is not a request for proposals. Per FAR 15.201(e), responses to this notice do not constitute offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. The Government makes no representations that a solicitation for the requirements described in this notice will be issued. Respondents are wholly responsible for any costs or expenses associated with submitting a response. No reimbursement will be made for any costs associated with providing information in response to this notice or any further requests for information relating to a response. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used by the Government in the development of a procurement strategy. Information submitted in response to this notice will become the property of the United States Government. Respondents should properly mark any materials submitted with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records statutes only if properly labeled as such. Contracting Office Address: SEA 02 1333 Isaac Hull Avenue SE Washington Navy Yard, District of Columbia 20376 United States Primary Point of Contact: Brian Kimm Brian.Kimm@navy.mil Phone: (202) 781-3027 Secondary Point of Contact: Janel Duval Janel.Duval@navy.mil Phone: (202) 781-2850
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ae9fa0c4660b45309aa134653c478869/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05965571-F 20210409/210407230118 (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  © 1994-2020, Loren Data Corp.