Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2022 SAM #7533
SOLICITATION NOTICE

58 -- Request for Information- PD Aerostats- FMS Poland- Aerostats RADAR and ELINT systems

Notice Date
7/14/2022 9:15:44 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
PDA-RFI-FMS-22-0001
 
Response Due
8/11/2022 1:00:00 PM
 
Point of Contact
Jennifer L Mattessino, Phone: 4438614772
 
E-Mail Address
jennifer.l.mattessino.civ@army.mil
(jennifer.l.mattessino.civ@army.mil)
 
Description
POLAND Request for Information (RFI) � Industry Capability and Interest General Information Document Type: Request for Information� NAICS Code: 541330 - Engineering Services Secondary NAICS code 334511 � Search, Detection, Navigation, Guidance, Aeronautical and Nautical System and Instrument Manufacturing Description This Request for Information (RFI) is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. All business types can respond to this RFI. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor responses and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject input resulting from this request. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The Army may use the information provided in developing its acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). Parties responding to this RFI are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Background Product Director (PD) Aerostats is issuing this RFI synopsis as a means of conducting market research to identify sources with interest and possessing the prerequisite industry technologies and skill sets available to provide a fully integrated Aerostat System with primary radio detection and ranging (RADAR) and Electronic Intelligence (ELINT) payloads for a potential foreign military sales (FMS) case for the country of Poland. The integrated system will provide persistent surveillance focusing primarily on RADAR surveillance and ELINT missions.� Aerostat systems are elevated command, control, communications, computers, cyber, intelligence, surveillance, and reconnaissance (C5ISR) platforms equipped with a variety of payloads to fulfill force protection, operations support, communication extension, and intelligence, surveillance, and reconnaissance (ISR) missions. Aerostat systems can be employed during all phases of operations. Aerostat systems are responsive to the ground component of a joint warfighting force by providing weather dependent, persistent surveillance at operating locations throughout the operational area and directly enhancing the Commander�s situational understanding. Respondents who can provide services, but not manufacturing are also highly encouraged to respond. The Government is interested in respondents who can provide either full turnkey integrated aerostat ISR systems, specialized subsystems, and/or services. 1.�� �RFI Capability Requirements PD Aerostats under Program Executive Officer (PEO) Intelligence Electronic Warfare and Sensors (IEWS) is interested in a constellation of, at minimum, four (4) integrated aerostat systems with sustainment support to provide day/night persistent (24/7/365) detection, tracking, and monitoring (surveillance) capability for Poland against diverse air and ground threats. �This includes low radar-cross-section (RCS) unmanned aerial systems (UAS) and low-flying inbound aircraft within its area of coverage. �Options for additional future systems may be offered once the core constellation is successfully operating. The Aerostat systems will be equipped with RADAR and ELINT as the primary payloads. The aerostat system and sensor payloads must be available or be available within 12 months from this date and are at least in final engineering development or production phases. Each platform�s field of view (FOV) will be 360 degrees. Primary interest is air-to-air modes to include UAS Group I, II, and III threats, with ranges up to 350 kilometers (km) for Group II and III threats desired. Maritime mode and ground moving target indicator (GMTI) mode is a secondary interest. RADAR shall provide capability to report targets and tracks of maneuvering air breathing targets (ABT) between 100 feet (ft.) and 15,000 ft above ground level (AGL) traveling at speeds between 60 knots (kts) � 800 kts. (110 kph � 1482 kph). The system will be designed with an open architecture to readily support future expansion with additional aerostat and/or sensor systems. ***Note, assume Group I UAS are small fixed or rotary wing with RCS of 0.1 m2; Group II are fixed wing UAS with RCS 1 m2; Group II are larger fixed wing UAS with RCS 3 m2. �RCS are suggested guidelines based on the US Department of Defense (DoD) UAS Groups. �Vendors are expected to apply their own knowledge and specific experiences to refine and note any assumptions used.*** Figure 1 shows a basic concept of operations (CONOPS) for the aerostat system with RADAR and ELINT sensor payload. Image Figure 1 � Basic CONOPS The use of modified commercial off the shelf (COTS), Government off the shelf (GOTS) products, and/or the leveraging of other Government developments or solutions developed with internal research and development (IRAD) funding are acceptable.� The intent of this RFI is to assess the state-of-the-art International Traffic in Arms Regulations (ITARS) exportable aerostat system with RADAR, ELINT, and other sensor requirements available in near term and capable of being deployed in Poland within 12-14 months following contract award. The Government requests that respondents provide a detailed description of the proposed solutions and how it meets or exceeds the Government�s objectives. The primary objective is to identify an aerostat system with RADAR and ELINT sensor payload that meets the best fit for program requirements to include cost considerations.� 1.1.�� �Aerostat System of Systems Requirements 1.1.1.�� �The Aerostat system with sensor payloads shall be a fully integrated product. The Aerostat system shall be operated 24/7/365 in conditions typical for the country of Poland. Vendors shall be responsible for all system design, engineering, testing, final integration, field installation, operations support, and sustainment to include logistics, training, and reach back support. 1.1.2.�� �System shall be capable of correlating individual target reports over time into a single report. System shall display RADAR data with no perceptible degradation, with minimum plot densities of about 2,000 per scan in the coverage area, simultaneously, and up to 500 ELINT targets. � 1.1.2.1.�� �System shall provide the ability to display IFF overlays with collateral position/ID/Tracking data from aircraft beacons, ship location beacons, and other available military or civilian beacons. � 1.1.2.2.�� �The system shall be able to support standard maps to include the following: 1.1.2.2.1.�� �Vectors map (VPF, VMap, SHP) 1.1.2.2.2.�� �Raster map (CADRG) 1.1.2.2.3.�� �Digital elevation model (DTED) 1.1.2.2.4.�� �Orto-photomap (Geo TIFF) 1.1.2.3.�� �The system shall be able to display map information to �� ��� �include at the minimum: 1.1.2.3.1.�� �TSA5 or TRA6 Feeding Route (TFR) 1.1.2.3.2.�� �Prohibited Area (P) 1.1.2.3.3.�� �Aerodrome Traffic Zone (ATZ) 1.1.2.3.4.�� �Control Zone (CTR) 1.1.2.3.5.�� �Military ATZ (MATZ) 1.1.2.3.6.�� �Military Route (MRT) 1.1.2.3.7.�� �Terminal Control Area (TMA) 1.1.2.4.�� �The system shall be able to receive and provide network cross queue message requests from external networked systems using standard cursor on target (COTs) messaging. 1.1.3.�� �The proposed RADAR and ELINT control software and mission applications shall run without degradation, recurring hard reboots/soft resets on a secure computing environment that has implemented technical security controls identified in the latest National Institute of Standards and Technology (NIST) Special Publication (SP) 800-83 and the Committee on National Security Systems Instruction (CNSSI) 1253 required to support processing of classified military information as applicable to export to Poland. Mission application static code analysis shall return no high threats. 1.1.4.�� �The aerostat systems shall be integrated into a combined system of systems through a common network command architecture that allows for a remote, consolidated, country wide operation for all sensor data streams with command and control (C2) across all the constellations. Vendors will be responsible for seamless integration of all C2 into a central command center to provide real time target location and track data formatted to inject into a common operating picture (COP). 1.1.4.1.�� �The Aerostat system shall be integrated into, both, the Poland Air Force Command System (DUNAJ II) and Maritime Command System (LEBA) up to NATO Secret Level. 1.1.4.2.�� �The aerostat system data handling and transport will be capable of �� � � � � receiving, processing, and outputting data compatible with the �� � � following protocols: 1.1.4.2.1.�� �All purpose Structured Eurocontrol SuRveillance Information eXchange (ASTERIX) categories 001, 002, 034, 048, 145, �� � 147, 240, and 241 1.1.4.2.2.�� �Air Command and Control System (ACCS) - wide common �� ��� �information exchange (AWCIES) 1.1.4.2.3.�� �NMEA 1.1.4.2.4.�� �MIL-STD-6040 (USMTF)� 1.1.4.2.5.�� �Extensible Messaging and Presence Protocol (XMPP): �� ��� �Instant Messaging and Presence 2004� 1.1.4.2.6.�� �Standard North Atlantic Treaty Organization (NATO) �� ��� ��� �STANAG RADAR and ELINT data 1.1.5.�� �Aerostat system shall include an Identification, Friend or Foe (IFF) capability for Mark XIIA with Mod S standard as well as maritime vessel identification using a Military Automatic Identification System (AIS). The IFF modes shall use mods 1, 2, 3 (3/A) and 5. The IFF mode shall use direct interrogation. 1.1.5.1.�� �System shall allow for exchanging information between the coastal recognition system and the maritime data exchange network using National Marine Electronics Association (NMEA) standards. 1.1.5.2.�� �System shall be compliant with Standardization Agreement (STANAG) 4668 - Warship-Automatic Identification System (W-AIS) �� � and STANAG 4669 - Automatic Identification System (AIS) on Warships. 1.1.6.�� �Aerostat system navigation shall be selective availability anti-spoofing module (SASSM) compliant with anti-jam and anti-spoofing features enabled, at a minimum. �Objective is to be capable to support future upgrade technology such, as M-code. 1.1.7.�� �Each Aerostat system shall include a co-located ground control station (GCS) capable of full local control and operation of the Aerostat system.� 1.1.7.1.�� �The GCS shall have space for future installation of Contamination Detection �� �System (CDS) with the following parameters: 1.1.7.1.1.�� �Shall be installed inside GCS 1.1.7.1.2.�� �External dimensions: less than 40x35x35 cm 1.1.7.1.3.�� �Weight: less than 30 kg 1.1.7.1.4.�� �Air intake (sampling side/element for the surrounding �atmosphere) shall be mounted on the outside of the container connected via intake system (a tube up to 1 cm outside diameter) with the central unit 1.1.7.1.5.�� �CDS shall be powered (from the platform) with 24 V DC with a power up to 100 W. According to the assumptions, the system shall also work correctly at voltages from 9 V to 32 V �� �DC. 1.1.7.1.6.�� �At a minimum, CDS shall communicate with the information and communications technology (ICT) network via RS 232 or RS 485 interfaces. 1.1.8.�� � �The Aerostat system shall have its own independent weather reporting system for both airborne aerostat and ground. �The aerostat system shall also tie into the national weather forecasting network and be �� �capable of the following automated functionality: 1.1.8.1.�� �Sending and receiving of Meteorological Aerodrome Report/Special (METAR/SPECI), SYNOP/STORM, Terminal Aerodrome Forecast (TAF), Significant Meteorological Information (SIGMET), Airman�s Meteorological Information (AIRMET), General Aviation Meteorological Forecast (GAMET) reports according to annex 3 of International Civil Aviation Organization (ICAO) specification and requirements of World Meteorological Organization (WMO). 1.1.8.2.�� �Weather system shall be equipped with lighting detection out to 160km. 1.1.9.�� �Aerostat system shall be able to break down and be ready to transport to different locations in no more than 14 days. 1.1.10.�� �Aerostat system shall be able to record and archive system data for a minimum of 30 days. 1.1.11.�� �Aerostat system shall have fire detection, alarm, and fire extinguishing system. 1.1.12.�� �Aerostat system shall be able to record and archive system data for a minimum of 30 days. 1.1.13.�� �Aerostat system shall have fire detection, alarm, and fire extinguishing system. 1.1.14.�� �Aerostat ground components shall be built in containers meeting the dimensional requirements defined in the international standardization (ISO) 668 and 1161. 1.1.15.�� �Minimum operational time of 30 days aloft. 1.1.16.�� �Aerostat system shall be adapted to shore power and generators 1.1.16.1.�� �It shall be possible to refuel generators without generator switching off. 1.1.17.�� �Aerostat system shall be equipped with an uninterrupted power system (UPS) to work as backup power in case of shore power outage or power generator failure. The UPS shall protect the equipment and power it long enough to allow a normal shut down. 1.2.�� �RADAR Surveillance System (Primary Sensor) Requirements 1.2.1.�� �Air-To-Air (Priority Capability). �Air-to-Air mode interest includes Counter-UAS (C-UAS) in United States (US) Department of Defense (DoD) Group I, II, and III, self-propelled ABTs, group of ABTs, and hovering helicopter detectable with an objective range of 350 km and probability of detection (Pd) of at least 85% single scan. �The minimum threshold range is 250 km. �The RADAR shall be integrated with an identification, friend of for (IFF) receiver capability to display information overlays. 1.2.2.�� �GMTI (Secondary Capability). GMTI modes shall include the ability to detect, track, and provide doppler velocities with direction of movement for vehicles with RCS of 5 m2 at minimum 50 km slant range with a Pd of at least 85% with first scan assuming optimum line of sight (LOS) conditions. �Larger targets and convoys should be detectable at increased extended ranges.� 1.2.3.�� �Maritime (Secondary Capability). Martine mode of interest includes fishing boats as small as 10 feet (ft) up to large ships in sea states 1-3 ft; interest is also in small wooden vessels and semi submersibles. The RADAR shall be integrated with an AIS receiver to display information overlays. Interest in inverse synthetic-aperture RADAR (ISAR) for larger vessels. 1.2.4.�� �Basic RADAR Functional Controls 1.2.4.1.�� �RADAR system shall be fully software defined and tunable to �� ��� �optimize performance for specific terrain and climate conditions. ��� �Examples include Constant False Alarm Rate (CFAR), Clutter � � � ��� �Rejection, and general algorithm adjustability. 1.2.4.2.�� �Multi-mode. Simultaneous mode operation or mode change �on the �� �Fly�. For example, Air-to-Air and interleaving GMTI scan and �� � � ��� �warning for coordinated ground movers. Air to Air is primary �� � � ��� �intent however aerostats fly along coastal regions may need to �� � � ��� �simultaneously monitor and report sea targets. 1.2.4.3.�� �Desirable RADAR features include scan control adjustability in �� ��� �azimuth and elevation to provide desired field of regard (FoR) and �� �narrow sector scans and rapid revisit rates. Vendor shall discuss �� �these options in detail if they are available. Active electronically ��� �scanned arrays (AESA) antennas are optional but not required. 1.2.4.4.�� �Radar system shall be resilient for active and passive jamming, �� ��� �affecting jointly and separately. 1.2.4.5.�� �Radar system shall have ability to detect air and naval objects moving inside wind power plant and moving on its background. Solutions used for noise suppression from wind power plants shall not deteriorate radar detection capability, specifically for passive jamming. 1.3.�� �ELINT (Primary Sensor) Requirements 1.3.1.�� �The ELINT sensor shall be integrated with the overall mission suite to provide 360-degree coverage and mapping of emitters in the mission space when data is combined from two or more ELINT collectors. 1.3.2.�� �The ELINT sensor shall provide line of bearing (LOB) of emitters in the area of aerostat system with an accuracy of 0.5 degrees root mean square (RMS) or less, with the objective to provide geolocation. 1.3.3.�� �The ELINT sensor shall capture emitter parameters to create, save, and update Poland emitter database. The system should be capable of integrating multiple emitter LOBs from multiple locations to generate a geolocation with a circular error of probability (CEP). 1.3.4.�� �The ELINT sensor shall have a minimum frequency range: 0.5 - 18 GHz covering Pulse, CW, Frequency Agile, Frequency hopping, Chirp, and Jammers signal types. 1.3.5.�� �ELINT data from each individual aerostat systems will be consolidated within a COP at a designated Poland command center, in real time or near-real time.� 1.3.6.�� �Passive only systems are required. � 1.3.7.�� �ELINT system sensitivity performance shall be, at a minimum, in the range of -50 to -70 decibel-milliwatts (dBm).� 1.4.�� �Sustainment Support Requirements 1.4.1.�� �The system shall consider the following organizational levels of logistic support to perform all the necessary preventive maintenance checks and services and maintenance for each level below: 1.4.1.1.�� �Level I (Operator/Crew) � Activities performed by station personnel �� �with the use of spare parts kit. 1.4.1.2.�� �Level II (Maintainer/FSR) � Maintenance and repair activities �� ��� �performed by station personnel with support of maneuvering forces �� �and stationary repair workshops / logistic companies, using the �� � � ��� �control and repair equipment held. 1.4.1.3.�� �Level III (Hub) � Repair activities performed in the District Technical �� �Workshops. 1.4.1.4.�� �Level IV (Repair and Return) � Maintenance and repair activities �� ��� �performed by (or with the participation of) the producer of the �� � � � ��� �acquired stations. 1.4.2.�� �The system shall have an integrated Information Management System (IMS) that operates on a hierarchical system of authorizations (access) to the appropriate functionalities. 1.4.3.�� �The IMS shall have an appropriate user interface embedded in the GCS with the following functionality, at the minimum: 1.4.3.1.�� �Management and supervising the timeliness of appropriate �� ��� �maintenance cycles. 1.4.3.2.�� �Signaling in the user interface (alerts) of the necessity to perform �� �maintenance, termination of the service life of elements or �� ��� � � ��� �components. 1.4.3.3.�� �Recording and archiving of operating activities (maintenance, �� ��� �checks, replacement of essential parts and elements). 1.4.3.4.�� �Recording of working time (hour meter reading) of essential �� ��� �elements and devise ASRR BARBARA. 1.4.3.5.�� �The possibility of making and archiving annotations and comments �� �about the operation of the system. 1.4.3.6.�� �Preparation of time-stamped reports about performed maintenance �� �activities and their recording to an external drive. 2.�� �Responses Vendor responses shall include all the key performance requirements that are listed in Section 1 � RFI Capabilities Requirements, as well as the information requested below: 2.1.�� �Basic Information: 2.1.1.�� �Company Name 2.1.2.�� �Address 2.1.3.�� �Point of Contact 2.1.4.�� �Phone Number 2.1.5.�� �Fax Numbers 2.1.6.�� �Email Address 2.2.�� � What is the size of your company? �What are your primary and secondary � � NAICS codes? If you identify as a Small Business (SB), please identify your company�s small business size standard based on the primary NAICS code 541330 � Engineering Services and secondary NAICS code 334511 -Search, Detection, Navigation, Guidance, Aeronautical and Nautical System and Instrument Manufacturing: 2.2.1.�� �Small Business Concern (y/n) 2.2.2.�� �8(a) (y/n) 2.2.3.�� �Small Disadvantaged Business (SDB) (y/n) 2.2.4.�� �Woman-Owned Small Business (y/n) 2.2.5.�� �Historically Underutilized Business Zone (HUBZone) (y/n) 2.2.6.�� �Veteran-Owned Small Business (y/n) 2.2.7.�� �Service-Disabled Veteran-Owned Small Business (y/n) 2.3.�� � If you are a small business under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS code 541330 � Engineering Services and secondary NAICS code 334511 � Search, Detection, Navigation, Guidance, Aeronautical and Nautical System and Instrument Manufacturing? 2.4.�� � Vendors shall provide rough order of magnitude (ROM) pricing that breaks out the costs for the Aerostat system, as well as individual system cost and quantity discounts with break points. All recommended solutions must be able to meet initial fielding in Poland within (14) months of contract award. Each response, at minimum, must include pricing for the following line items:� 2.4.1.�� � Aerostat system� 2.4.2.�� � RADAR sensor 2.4.3.�� � ELINT sensor� 2.4.4.�� � Other associated equipment 2.4.5.�� � Non-recurring engineering (NRE) 2.4.6.�� � Program management 2.4.7.�� � Installation 2.4.8.�� �Testing to include first system test at a to be determined (TBD) US location� 2.4.9.�� � Training 2.4.10. Technical manuals 2.4.11. Pack out for transportation� 2.4.12. Logistics and maintenance Information Management System (IMS) 2.4.13. Recommended one (1) year, two (2) years, and three (3) years spares package 2.4.14. One (1) year, two (2) years, and three (3) years full coverage warranty 2.4.15. One (1) year, two (2) years, and three (3) years repair and return,� 2.4.16. One (1) year, two (2) years, and three (3) years of contractor logistics support (CLS) to include field service representatives (FSRs) and help desk/reach back support.� 2.5.�� � Vendors shall provide a notional schedule to include (at a minimum) modification/development, production lead time, acceptance testing, training, fielding). 2.6.�� � Vendors shall provide performance metric trade space for proposed aerostat system size and sensor options recommended as the best fit for this requirement with the following factors: 2.6.1.�� �Size, weight and power (SWAP) 2.6.2.�� �Aerostat system performance metrics (e.g., operational altitude, �� ��� � � � � �� �operational time aloft, etc.) 2.6.3.�� �Aerostat system weather limitations (e.g., max sustained operational wind ��� �speed, max sustained survivable wind speeds, etc.) 2.6.4.�� �Cost factors 2.6.5.�� �RADAR and ELINT options 2.6.6.�� �RADAR maximum cone of silence 2.6.7.�� �Radar range of coherent processing 2.6.8.�� �Transportability considerations 2.6.9.�� �Integration complexities 2.7.�� �Provide technology readiness level (TRL) of the system and major subcomponents (at the minimum RADAR and ELINT) with information to substantiate as stated. 2.8.�� �RADAR. Vendor shall provide detail performance specifications for the RADAR system to include radar resolution, minimum detectable velocity, data renewal rate for each mode and tracing priority objects, and other discernable information. 2.8.1.�� �Air-to-Air Mode. �Vendor shall provide RADAR data curves showing Pd vs Range for representative targets referenced above and state any assumptions, limitations, or conditions pertaining to their performance predictions including weather and terrain effects. Assume UAS Group I RCS of 0.1 m2; Group II RCS 1 m2; Group III RCS 3 m2. 2.8.2.�� �GMTI Mode. �Vendor shall provide RADAR data curves showing Pd vs Range for target RCS detections, as referenced, and state any assumptions, limitations, or conditions pertaining to their performance predictions including weather and terrain effects. 2.8.3.�� �Maritime Mode. �Vendor shall provide data curves showing a Pd of 85% vs range for representative vessel size classes and state any assumptions, limitations, or conditions pertaining to their performance predictions including weather and terrain effects. 2.9.�� �ELINT. �Vendors shall provide detail performance specifications for the ELINT system including sensitivity performance, expected to be at a minimum in the range of -50 to -70 decibel-milliwatts (dBm). �Vendors should state all frequencies and modulation types the proposed system will collect. Venders shall state their predicted LOB accuracy for their proposed system. For cases where threat emitters are simultaneously visible from two platforms or IFF data or other information is available discuss any techniques to further refine the position reports for the threat emitters. Vendors should state any assumptions or conditions pertaining to their performance predictions.� 2.10.�� � Vendors shall provide the methodology for their recommended sustainment for this aerostat system, individually and within a constellation of systems, to include the required sparing level, field level and sustainment (includes Depot) level maintenance and repair. Vendor shall provide their methodology and state their rationale and assumptions to achieve for each of the following system level Ao and Am objectives: 2.10.1.�� �Ao = 90% and Am = 85% 2.10.2.�� �Ao = 85% and Am = 80%� 2.10.3.�� �Ao = 80% and Am = 75%� 2.11.�� � Vendors shall propose a training methodology that does not conflict with operations to address.� 2.11.1.�� �Class length 2.11.2.�� �Student-to-teacher ratio 2.11.3.�� �Train-the-trainer 2.11.4.�� �Operations 2.11.5.�� �Maintenance 2.11.6.�� �Specialized sensor payload training 2.11.7.�� �Software simulators (if applicable) 2.12.�� � Vendors shall provide a power budget estimate and specific system power requirements (voltage, AC/DC, phase, etc�) so the required power (generators and/or shore power) can be made available. This should include maximum power draw and nominal power draw.� 2.13.�� �Vendors shall provide their proposed system implementation to be compliant with information assurance (IA) requirements and their experience in managing and maintaining IA certifications for complex networks distributed across wide geographical areas. 2.14.�� �Vendors shall provide their proposed C2 software with software controls, graphic user interfaces (GUIs), and special features or capabilities of the RADAR mission management software suite to include any combat hardening that may have been previously accomplished. 2.15.�� �Vendors shall address severe weather operational experiences and aerostat system mitigations for this area of regard since Poland has moderately severe winters and may see significant snow and ice. � 2.16.�� �Vendor shall provide the following documents, where available: 2.16.1. �Product specifications, brochures, specification sheets, frequency �� ��� ��� ��� �authorizations, ITARs export licenses to include software. 2.16.2. �Product manuals, version, and release history 2.16.3. �Product test procedures and reports 2.16.4. �Product drawings (PDFs acceptable)� 2.16.5. �Product configuration documents (e.g. CM Plan and SVD)� 2.16.6. �Product interface control documents (ICDs) 2.16.7. RMF documentation from existing implementation (SSP, SAP, �� ��� ��� � � � � RAR, SAR, POA&M) 2.16.8. �Any reliability and maintainability data (operational or theoretical) �� ��� � � �� � � � � � �that supports meeting the operational availability outlined above. 2.16.9. Evidence of MIL-STD-810 environmental compliance 2.16.10. Evidence of MIL-STD-461 compliance 2.16.11. Lead times for productions units 2.16.12. State if capital assets are available for quick reaction or early �� ��� ��� � � � � � integration and test activity 2.16.13. State if RADAR has its own embedded GPS/IMU or it will leverage �� ��� � � � � � aerostat system navigation subsystem? 2.16.14. Provide any unique network interoperability requirements for �� ��� ��� � � � � � command, control and operation 2.16.15. Provide any information available regarding exportability needed for �� ��� � � � � � FMS procurement 2.17.�� �Vendors shall provide overall system budget for space, weight, power, and data flow and architecture which accommodates the recommended primary RADAR, ELINT and mission equipment. �The contractor will include in their proposed allocation a recommended margin for future sensor growth capability (examples such as radio communications relays, etc�). The Vendors shall discuss their recommended margins and their design methodology to accommodate sensor growth capability. 2.18.�� �Vendor shall provide their approach for future technology upgrades such as GPS M-code and sensor growth capabilities. 3.�� �Provided Assumptions 3.1.�� �Training will be in English with English Comprehension Level (ECL) 70.� 3.2.�� �For sustainment logistics support, only Level 1 (Operators/Crew) personnel will be Poland military. 3.3.�� �Aerostat system power will be provided by Poland by shore power and/or generators. 3.4.�� �Vendors will not be responsible for the following to support vendor RFI responses: 3.4.1.�� �Fuel and generator procurement 3.4.2.�� �Helium trailer and gas procurement 3.4.3.�� �Material Handling Equipment (MHE) (ie forklifts, vehicles, manlifts, etc.) 3.4.4.�� �English interpreters and translation of all technical documents 3.4.5.�� �Site construction 3.4.6.�� �In-country transportation and shipping of equipment from US to Poland 3.4.7.�� �Frequency spectrum and airspace management Submission Details Interested parties are required to respond to the RFI by answering all the market survey questions. All material submitted in response to this RFI must be Unclassified, but supplemental classified information can be sent to usarmy.apg.peo-iews.mbx.pd-aerostats@mail.smil.mil. �Secured Unclassified submissions can be provided via DoD SAFE (https://safe.apps.mil/). �Vendors must provide notice of secure and/or classified submissions via NIPR email addresses listed below. The response is limited to a maximum of 85 single-sided pages; 12-point Times New Roman Font; 1.0� margins. The cover page, table of contents page will not count against the page limit. Product brochures, test reports and other preexisting spec, data sheets and documents will not count against the page limit and can be added as attachments. Responses are due 45 calendar days from the date of posting of this RFI. All RFI responses should be emailed to the Contracting Officer, Jennifer Mattessino, jennifer.l.mattessino.civ@army.mil, and Technical Lead, Quang Ho, quang.p.ho.civ@army.mil. All questions pertaining to this announcement are due within seven (7) calendar days after release of this RFI. Only one (1) set of questions per company will be accepted and must be submitted via electronic mail (e-mail) within seven (7) calendar days after release of this RFI. Telephone requests will not be accepted. All responses must be received no later than 4:00 p.m. EST on 11 August �2022 and reference this synopsis number in subject line of the email and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.� All data received in response to this Request for information that is marked or designated as corporate or proprietary will be fully protected from any release. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b70459a469a4e65b098333834219686/view)
 
Record
SN06389350-F 20220716/220714230123 (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.