United States - Tactical Direction Finding Sensor Request For Information (RFI)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
24 May 2019
Opportunity publication date
25 April 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Apr 24, 2019 2:34 pm

Synopsis:
This Sources Sought is not a request for competitive proposals and no formal solicitation package is available. Solicitation Number W56KGY-19-R-E002 has been assigned to this Market Research for reference purposes only and does not constitute a solicitation for bids/proposals. The Government does not intend to pay for any information provided under this announcement.

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 May 24, 2019. Only responses received by this date will be considered.
Background
The Sabre Fury System: The Sabre Fury mounted system is based off the Counter Radio-Controlled EW (CREW) AN/VLQ-12(V) 4/(V)5 Countermeasures System, referred to as the "Duke V4/V5 (DV4/V5)." As a result of emerging needs, the U.S. Army is seeking to adapt the Duke V4/V5 system hardware and software to provide increased capabilities in the areas of EW, to include signal detection, recognition, direction finding, and geolocation. The Sabre Fury system consists of receivers, transmitters, antennas, Remote Control Unit (RCU), the RDF-242 Roadmaster direction-finding (DF) sensor, and cabling. The Sabre Fury system differs in mission employment from the CREW Duke system in that the primary objective is to detect Signals of Interest (SoIs) and report them to a user. Additionally, by leveraging the transmission capabilities of the Duke V4/V5 hardware, the Sabre Fury possesses the capacity to perform EW missions at a user's request. While the existing Duke V4/V5 inherently supports some aspects of this mission, several modifications and developments are required due to obsolescence. This includes changes to the DF sensor.
The RDF-242 Sensor: The RDF-242 is a tactical DF Sensor for use in a collaborative EA environment. It can detect a signal of interest, DF and geo-locate. The RDF-242 is capable of operating in stand-alone condition and does not require external input from EA hardware, but it has the capability to receive information from EA hardware and the Electronic Warfare Planning and Management Tool (EWPMT). Its form factor supports vehicle mounted applications.
Full Description of the requirements is as follows:
The Army Contracting Command at Aberdeen Proving Ground, Maryland and Product Director Electronic Attack (PdD EA) are conducting market research. The purpose of this market survey is to identify parties that have an existing product in their product line to replace the RDF-242 Direction Finding Sensor on the Sabre Fury system in order to support the mission.
In addition, interest is in high maturity systems that could become production worthy within 12 months of receipt of funds.
Mandatory Requirements:
1. Have the ability to detect, recognize, direction find, and geo-locate signals of interest within the frequency range: 20MHz - 6 GHz
2. Operate within power voltage of +10 VDC to 32 VDC
3. Be no larger than 18" diameter and 36" in height
4. Have a warm up time of less than 15 minutes
5. Provide compass calibration and be able to orient itself
6. Use Ethernet
7. Have an interactive GUI
8. Have the ability to find Signals of interest
9. Have the ability to recognize and classify signals
10. Have the ability to produce Lines of Bearing (LOB) that are relevant to the EW mission across the entire frequency band
11. Weigh less than 40 pounds
12. Cost less than 100K for quantity 100+ buys
13. Provide protection against HEMP
14. Meet MIL-STD-810H
15. Use standard NATO mounting spacing
Optional Requirements:
1. Have compatibility with EWPMT or RaptorX
2. Detect, recognize, and direction find challenging signals
3. Distinguish between co-channel signals
4. Distinguish between narrow band signals that are within wideband signals
If the current product line cannot support the above requirements, note which requirements the product meets. For the requirements that it does not meet, provide details on how the product could be modified along with a high level roadmap.

Major Milestones: Anticipated RFP Release Date: The Anticipated Request for Proposal date is to be determined.
The security requirements for this effort will be as follows: Facility Clearance required shall be SECRET with SECRET safeguarding capability.
This notice is not a request for competitive proposals and no formal solicitation package is available. Solicitation Number W56KGY-19-R-E002 has been assigned to this market survey for reference purposes only and does not constitute a solicitation for bids/proposals. The Government does not intend to pay for any information provided under this announcement. Interested parties may identify their capability to meet all or portions of the requirements by submitting an unclassified white paper, technical data and past performance data. Respondents must also address the following items:
1. Company Name, Contact Name, Position, Telephone, Email, and Company URL.
2. 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 May 24, 2019. 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).
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

Opportunity closing date
24 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army ACC - APG (W56KGY) Division C United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?