Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOURCES SOUGHT

R -- UHF/VHF AESA Development

Notice Date
4/22/2021 9:45:59 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8002 SAF AQ WRIGHT PATTERSON AFB OH 45433-5653 USA
 
ZIP Code
45433-5653
 
Solicitation Number
21-X-0393
 
Response Due
6/24/2021 9:00:00 AM
 
Archive Date
07/09/2021
 
Point of Contact
Monica L. Braman, Phone: xxxxxxxxxx, Fax: xxxxxxxxxx, Lt Col Ian Hamlyn, Phone: xxxxxxxxxx, Fax: xxxxxxxxxx
 
E-Mail Address
monica.braman.ctr@us.af.mil, ian.hamlyn@us.af.mil
(monica.braman.ctr@us.af.mil, ian.hamlyn@us.af.mil)
 
Description
The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Businesses interested and capable of providing the services described below.� Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). 1. OVERVIEW/PURPOSE: The Department of the Air Force Red Team (DAF Red Team) is looking to facilitate near-term development and fielding of element level digital AESAs in the UHF and VHF bands. These systems should be capable of closed-loop multi-target tracking with reconfigurable beam steering, waveforms, and processing modes. There is interest in better understanding the existing work, past programs, and internal corporate investments of US DoD contractors in digital AESAs in both the UHF and VHF RF bands. The focus of offeror responses should be on the high level system and integration parameters provided in Section 2. The expectation is that each RF band will be addressed via a separate system; however, a single system tunable over both bands is also of interest. Note that offerors do not need to address both bands to be considered and both bands are of equal interest. There is also interest in advanced sub-system development capable of insertion into a larger array (i.e. novel apertures, digitizers, and universal back-end radar processors).� In order to support detailed test mission requirements offerors should prioritize highly instrumented systems capable of multi-channel I/Q data (ideally element level) recording. This will necessitate significant data storage and network capability not commonly found in currently fielded systems. Interfaces designed to easily enable future firmware and software updates and 3rd party processing tools are highly desired. Wherever possible offerors should utilize open source architectures. Due to the developmental nature of this request, offerors should be amenable to potentially partnering with FFRDCs or other Government agencies in the test communities in the development of an extensive list of desired system capabilities and in final on-site integration and system check-out. 2. SCOPE OF EFFORT: This RFI primarily seeks a complete closed-loop turnkey radar solution as outlined in the high level system and integration parameter bullets below. There is also interest in advanced sub-system development capable of insertion into a larger array (i.e. novel apertures, digitizers, and universal back-end radar processors). The complete radar solution should include, but is not limited to, the AESA aperture, signal processing, operator controls and displays, and data recording. To facilitate future development efforts the proposed solution must allow for the following third-party interface points: element level real time I/Q data streams on RX, control of external RF data links, and real time control of the TX beams (pointing and shaping) via an auxiliary controller. Other interfaces can be defined by the contractor, but should strive not to be proprietary in nature in accordance with the desire for open architecture design. This RFI is open to any and all approaches to meet the desired ERP (given a fully digital AESA topology) and does not specify a specific power per element, or number of elements to be utilized. High level system parameters: Element level control (TX and RX) with an arbitrary waveform generation capability Nominal PRFs from 200-1000 Hz Nominal instantaneous bandwidth >1 MHz Duty Cycle >20% Beam scanning +/- 45 degrees off boresight in azimuth (+/- 60 degrees if possible) Beam scanning -5 to +45 degrees off boresight (or with respect to horizon if tilted) in elevation Rotating antenna face preferred, though fixed will be considered if substantial benefit to cost and schedule can be demonstrated Flexible, dynamic beam steering control with interfaces for 3rd party control Element level I/Q level data interface for real-time side-car operation Closed-loop back-end processing (beam pointing, tracking, mode selection, etc.) �High level integration parameters: Element level I/Q recording capability Capable of generating varied output data streams as required Full radar state recording Data storage capability Operator cabin 3rd Party access points supporting RX and TX side-car efforts Systems should be capable of existing within reasonable DoD environmental conditions to include: -10 to 125� F operating temperatures (-40 to 150� F storage), humidity of up to 90% operational (100% storage), as well as operation in snow, rain and sea salt (within reason). Due to the potential array size, wind loading should be considered. Systems should be capable of operation with generator or shore power. Solutions should be somewhat transportable (contractor defined).� Figure 1: Notional operational diagram with key desired access points identified outlining desired scope of response (Attached) Short timeline to field is a high priority for this effort. The current desired schedule is 3-5 years for development and delivery. In addition to complete technical solutions, systems which only partially meet desired performance parameters, but have rapid fielding capability, are also encouraged. Developmental programs longer than approximately 5 years are not ideal. Where applicable, offerors should provide an overall TRL assessment of current subsystems (aperture, processing, instrumentation, etc.) and integrated solutions, as well as timeline estimates to fielding of desired system. A general assessment of risks which may impact the proposed 3-5 year development timeline should be also provided. 3. REQUESTED INFORMATION: The following questions are intended to help identify potential performers that are well-qualified to conduct the work described above. Responses to this announcement should address all topics below as best as possible. a.� Overview:� Provide a brief overview of the company�s mission, background, and capability b.� Experience and capability:� Please describe any prior experience and capability relevant to UHF and VHF radar design and deployment to include (among others): Any in-development systems and prototypes Antenna apertures and array designs RF receiver and digitization capabilities Data throughput targeting element-level operation Back-end processing to include adaptive digital beamforming c.� Be as detailed as possible in these descriptions, including information such as: What resources you have available for local test and integration of UHF/VHF radars Company-owned IP that would benefit systems designed in these bands Unique hardware or software capabilities your company has available for these applications Lessons learned that can be extrapolated from other developed systems Approximate level of resourcing and time allocated to previous efforts, how many people were on the team, and how long the effort lasted Any additional resources or capabilities that would have made previous efforts more successful had they been available d.� Additional Questions: Does the company have a preferred type of contract vehicle for this type of work? What is the state of your corporate security infrastructure and accreditation for classified networks?���������������������������������� ���������� i. What classification levels can you support (collateral, SAR, SCI) for discussions, storage, or processing? 4. RESPONSE GUIDELINES: Interested parties are requested to respond to this announcement with a white paper. Submissions should be single spaced, 12-point type with at least one-inch margins on 8 1/2"" X 11"" page size. The response should not exceed a 5 MB e-mail limit for all items associated with the response. Oral communications are not permissible. �The System for Award Management (https://beta.sam.gov) will be the sole repository for all information related to this announcement.� No hard copy proposals will be accepted. Companies who wish to respond to this RFI should send responses via email to the Primary and Secondary Points of Contact IAW the Response Date and Time. Responses to this notice should include the following: a.� Business name and address b.� Name of company representative, contact phone number, and email address c.� DUNS number, if applicable d.� Cage Code, if applicable e.� Socioeconomic status (e.g.,� Services Disabled Veteran Owned , Veteran-owned, 8(a), HUB Zone, Women Owned, Small disadvantaged, Other than Small Business (large� business), etc.) f.� A capability statement that addresses the organization�s qualifications and ability to perform as a Contractor for the work described above. 5.� INDUSTRY DISCUSSIONS: DAF Red Team representatives may choose to meet with potential offerors and hold one-on-one discussions. Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks. 6.� QUESTIONS: Questions regarding this announcement should be submitted in writing by e-mail to the Primary and Secondary Points of Contact no later than two weeks prior to the announcement Response Date. Verbal questions will NOT be accepted. The Government will not reimburse companies for any costs associated with the submissions of their responses. 7.� DISCLAIMER: In accordance with FAR 15.201(e), responses to this announcement are not offers and cannot be accepted by the Government to form a binding contract. This announcement is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. This announcement is issued solely for information and planning purposes. All information contained in this announcement is preliminary as well as subject to modification and is in no way binding on the Government. The Government does not intend to pay for information received in response to this announcement. Responders to this invitation are solely responsible for all expenses associated with responding to this announcement.� Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this announcement that is marked ""Proprietary"" will be handled accordingly. The Government will not be held liable for any damages incurred if proprietary information is not properly identified. Please be advised that all submissions become Government property and will not be returned, nor will receipt be confirmed. CONTACT INFORMATION Primary Point of Contact: Monica L Braman, HAF/SAF/AQ, monica.braman.ctr@us.af.mil Alternate Point of Contact: Lt Col Ian Hamlyn, HAF/SAF/AQ, ian.hamlyn@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/38ce314d59bf412897df162185c1056c/view)
 
Place of Performance
Address: Bolling AFB, DC 20032, USA
Zip Code: 20032
Country: USA
 
Record
SN05981023-F 20210424/210422230118 (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.