Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 31, 2022 SAM #7426
SOURCES SOUGHT

58 -- Airborne Radar SSN - PEO IEWS

Notice Date
3/29/2022 3:56:58 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
RADAR-22-SSN01
 
Response Due
4/12/2022 10:00:00 AM
 
Point of Contact
NIPR, SIPR
 
E-Mail Address
usarmy.apg.devcom-c5isr.mbx.rti-rsid-sarmti@army.mil, usarmy.apg.devcom-c5isr.mbx.rti-rsid-sarmti@mail.smil.mil
(usarmy.apg.devcom-c5isr.mbx.rti-rsid-sarmti@army.mil, usarmy.apg.devcom-c5isr.mbx.rti-rsid-sarmti@mail.smil.mil)
 
Description
Description������������������������������������������������������������������������������������������������������������������� 1. Notice This is not a solicitation but rather a Sources Sought Notice (SSN) to identify potential sources for information and planning purposes only. The purpose of this SSN is to determine if responsible sources exist to deliver a Synthetic Aperture Radar (SAR)/Ground Moving Target Indicator (GMTI) Radar system that is Common Open Architecture Radar Program Specification (COARPS) 2.0 compliant for integration onto a medium altitude, large-cabin business jet platform in the 3Q FY2025. The proposed system must be at least Technology Readiness Level (TRL) 7 at the time of delivery. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Respondents should submit a capabilities package that is brief and concise, yet clearly demonstrates an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. 2. Program Information The United States Army Program Executive Office Intelligence Electronic Warfare and Sensors (PEO IEW&S) is seeking information from industry on a radar system to fulfill SAR/MTI requirements of the Army�s next-generation airborne intelligence, surveillance, and reconnaissance (ISR) system. The Army requires sensors capable of deep sensing in Multi-Domain Operations (MDO) against peer and near-peer adversaries. 3. Technical Information Requested The Radar System provided must be capable of deep sensing SAR/GMTI operations from a medium altitude, large-cabin business jet platform to Detect, Identify, and Geo-locate targets at extended ranges.� Responses for the radar and vendor experience must include the following information or may be incomplete and may not be considered: COARPs Development: Relevant experience developing processing hardware and radar processing algorithms within a COARPs 2.0 architecture framework. Technical and Maturity: Maturity of the provided system to include the current system TRL and Manufacturing Readiness Level (MRL) with substantiation, and associations to funded Government programs if possible An existing path to achieving system-level TRL7 by 3QFY25� Sub-arrayed digital architecture capable of supporting future improvements to modes and waveforms Power, bandwidth, and waveforms supporting GMTI, SAR, EP COARPs 2.0 adaptable interface to the Government-developed radar processor, with 3rd party Mode Development Kit (MDK) Previously demonstrated manufacturing capability for the proposed system and/or components Results of any flight demonstrations of the system that incorporated the full array Notional Expected A/C Altitude and Speed: 45,000 feet AMSL (loiter) @ 440 Knots True Air Speed (KTAS) Size, Weight, and Power: Size: 1 deg/sec scan rate.� False alarm rate must be qualified (i.e. threshold crossing, post M-of-N processing, or false track initiated).� Provide Swerling target type assumed.� The Army is interested in systems that can meet this performance at ranges in excess of 200 km.� Achievable location accuracy at the above range for a single target track mode.� Provide number of simultaneous targets and dwell time.� Minimum Detectable Velocity (MDV) achievable with and without Space-Time Adaptive Processing (STAP) or a similar technique. Maximum Field of View (FOV) fore and aft of antenna broadside.� Information on any small-area, high-resolution, single-target tracking and identification capabilities resident on the system.� SAR Modes: System must exhibit the hardware stability and image quality to support image formation and geo-location from ranges in excess of 200 km.� Maximum collection range of 1.0 meter resolution continuous SAR Stripmap collection of a minimum 15 km ground range swath.� Maximum SAR Spot collection range of a minimum 2 km x 2 km scene with a 0.3 meter resolution.� Provide the system Noise Equivalent Sigma Naught (NES0), target location accuracy, and estimated Multiplicative Noise Ratio (MNR) at this range and resolution.� Indicate the SAR image formation algorithm, level of autofocus used, and timeliness of image formation.� System Information: Array technology employed by the radar system to include frequency band, operational bandwidth, antenna height and width, peak transmit power, system noise factor, and number of available channels and sub-arrays.� Any advanced capabilities of the array, or growth to advanced capabilities to include: dual/arbitrary polarization, wide-bandwidth waveforms over a wide FOV, sub-array level tasking, frequency agility, ability to form simultaneous digital beams on receive, and ability to perform passive collection.� Receiver-Exciter (REX) technology employed by the radar system to include COARPs 2.0 compliance, available instantaneous and operational bandwidth, and ability to generate arbitrary waveforms.� Any additional capabilities of the provided system may be submitted to the Army via the appropriate channels.� Radar Processor technology employed by the radar system to include confirmation of COARPs 2.0 compliance.� Proposed system�s associated Mode Development Kit (MDK) or other third party development kit and what the development kit includes/requires to be fully functional for a third party developer.� 4. Responses Responses are to be limited to 20 pages as follows: a Title Page (1 page) followed by Technical Details and associated pictures, tables, and graphs (no more than 15 pages), company information to include relevant past performance and experience (3 pages), and small business information (1 page). Past performance should include contract numbers, values, and customer information. The response may be a MS Word doc or pdf file. Standard formatting is requested (i.e. 1 inch margins, 12 point font in Times New Roman, single or double spaced). Responses deviating from length or formatting requirements may not be reviewed.� SUBMISSION DETAILS: Responses should include: 1)����������� Business name and address 2)����������� Name of company representative and their business title 3)����������� Type of Business 4)����������� Cage Code 5)����������� Response to �Technical Information Requested� section Offerors who wish to respond to this notice should send responses via email NLT fourteen (14) calendar days after posting. Unclassified responses and/or classified responses are to be submitted via email to the mailboxes identified below: NIPR (unclassified) Email address:� usarmy.apg.devcom-c5isr.mbx.rti-rsid-sarmti@army.mil SIPR (classified) Email address: usarmy.apg.devcom-c5isr.mbx.rti-rsid-sarmti@mail.smil.mil 5. Small Business Consideration Firms responding to this announcement should indicate whether they are small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), Historically Underutilized Business Zone small business (HUBZone), or other than small business. The North American Industry Classification System (NAICS) code for this action is 334511, size standard 1,250 employees. If there is sufficient demonstrated interested and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. If this effort is not set-aside for small business, small business utilization will still be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/18c34a1c2c4649a68477737da1be2f85/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06283193-F 20220331/220329230107 (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.