Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2006 FBO #1510
SOURCES SOUGHT

58 -- Request for Information (RFI) on Persistent Threat Detection System (PTDS) capability.

Notice Date
1/12/2006
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-06-C-W402
 
Response Due
1/26/2006
 
Archive Date
3/27/2006
 
Small Business Set-Aside
N/A
 
Description
This request for information is for planning purposes only; this is not a Request for Quotations or Proposals. No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government is issuing thi s RFI to obtain information from industry which would permit a feasibility assessment of achieving the PTDS capability within the timeframe stated and to assist the Government in determining the best acquisition strategy for accomplishing this objective. All interested firms that possess the capabilities and facilities addressed herein are encouraged to respond to this RFI by providing a White Paper with the information specified in the last paragraph, on or before 1700 hours, fourteen (14) calendar days f rom release of RFI. Responses may be submitted as written responses to OPM RUS, Bldg. 423, Fort Monmouth, NJ 07703; or submitted electronically to Mr. Paul Ciolek at 732 427-6942, email: Paul.Ciolek@us.army.mil. Technical questions regarding this RFI may be addressed to Mr. Paul Ciolek or MAJ Daryl Harp at 732 427-5511 or email: Daryl.M.Harp@us.army.mil Product Manager for Robotic and Unmanned Sensors (PM RUS), in support of the Operation Iraqi Freedom (OIF), is seeking information and sources to develop a strategy for future deployments, and possible procurement of additional systems, fielding, operation , support equipment for the systems, training, associated spares, pre and post deployment technical support of an updated multi-mission version of PTDS, that became operational in theater in October 2004. There exists a threat to coalition and security force aircraft, personnel, facilities, civilians, and infrastructure in theater from Improvised Explosive Devices (IED), Man Portable Air Defense Missiles (MANPAD), mortars, rockets, rocket propelled grenade (RPG), crew served weaponry and small arms. MANPAD, small arms and crew served anti-aircraft weapon systems pose a specific threat to deployed airborne platforms operating in theater. As a result, a need exists to detect direct and indirect fire threats particularly in the vicinity of airfields, fixed based encampments, forward operating locations, and other facilities in support of rapid reaction security response forces in the area of operation (AO). PTDS provides both a stand-alone capability and a capability to interoperate with other systems providing a fully integrated persistent surveillance and dissemination capability that provides rapid reaction security response forces the ability to find, fix , track, target, and engage these threats against counter-insurgency personnel, civilians, facilities, and infrastructure in specifically designated areas in theater. PTDS is a system consisting of a tethered aerostat equipped with a high-resolution, multi-spectral (including electro-optic/infrared (EO/IR) and/or image-intensified modalities) payload integrated through the Interim Distributed Common Ground System-Army ( I-DCGS-A) (AKA the Joint Services Work Station) with a variety of cueing sensors including Firefinder Radars, AN/TPQ-36 and 37, Weapons Surveillance System (WSS), and the Unattended Transient Acoustic MASINT System (UTAMS). These systems are used to cue t he PTDS payload to targets in order for PTDS to provide a near-real-time 'eyes on target' capability. The initially fielded PTDS used the Inter-Brigade Communication System (IBCS) later named Secure Mobile Router (SMR) as its 'secure' wireless backbone communications and networking system. Replacement equipment for the IBCS based wireless network using a Type 1 encryption embedded into the host and certified by NSA as well as wired links using secure fiber optic cables will be req uired. PTDS shall have a backbone ground-based secure wireless communication and networking system and fiber optic system capability to link sensor, fire control, and counter-insurgency forces together; transmitting a common operating picture (COP) to counter-ins urgency forces to locate, identify, and engage the enemy. It must be capable of passing and receiving information from the Joint Services Workstation. PTDS software must fall under the current DOD format version requirements. PTDS shall be integrated with the Persistent Surveillance Dissemination System of Systems (PSDS2) and may utilize the TACTICOMP personal digital assistant (PDA) component previously integrated with the PSDS2 system. PTDS shall be capable of performing its 'eyes on target' mission and provide a target marking/designation capability via laser illuminator/designator to aid counter-insurgent forces. PTDS shall be capable of providing an inclement weather, day/night, 360 degree detection, surveillance, and target marking capability. It must be capable of detecting hostile fire, providing target coordinates to appropriate command and control/fire contr ol centers, and be capable of marking/designating ground targets for counter-insurgency forces for engagement. PTDS shall also be capable of receiving target coordinates from appropriate Command and Control (C2)/Fire Control Centers so its sensors can be queued to the target, maintain surveillance of the target, and be capable of marking (illuminating)/designating the target for counter-insurgency forces. It must have the ability to maintain persistent surveillance and monitor activity in its area of operation (i.e. cantonment sites over an extended period of time). PTDS shall be a self-contained, self-sufficient, highly mobile and transportable system the major components of which consist will consist of but are not limited to a tethered aerostat (with mobile mooring and transporting capability), a sensor payload, a communications capability, an internal inertial navigation capability and means to determine sensor pointing relative to true north, a means to obtain and provide target coordinates, and a means to mark/designate a target for counter-insurgency forces. PTDS shall be fully sustainable in theater with operator training, and sufficient logistical support to fulfill its mission for a 1 year period following deployment. It must be capable of being set-up, broken-down, and transported for operations at geogra phically separated locations within a reasonable period of time contingent on the needs of the user with a minimal manpower and personnel. The PTDS aerostat with full payload shall be capable of loitering at altitudes at or greater than 2500 ft above ground level (AGL) at temperatures characteristic of summer in the Iraqi environment. It shall be capable of loitering and performing its missi on for a much longer duration of time than can be provided by fixed wing or rotary aircraft. Interested parties are requested to provide a White Paper addressing the previously defined PTDS operational requirements and shall address the following: 1. Corporate capabilities, past and current relevant performance information, available facilities and assets to perform the intended effort within a rapid turn-around time should the effort materialize. 2. Technical and management approach for executing a PTDS program to include a detailed design; procurement of devices and the integration of sensor components; contractor test and an operational test and integration at a government facility; all requisite supporting documentation; and, operation and sustainment in theater for a peri od up to 12 months. This support shall be in the form of a toll-free (800) phone number and an email address. 3. The recommended aerostat size, sensor and communications package, mobile platform, etc. 4. The manning requirements to set-up, tear-down, transport, maintain and operate, and also the training requirements. 5. The existence of a contract to provide manning requirements in DOD Hostile Environments. 6. Recommended tether and aerostat air safety measures, and air traffic control and airspace control measures to prevent friendly aircraft from colliding with the aerostat or severing the tether. 7. Aerostat equipment such as an emergency locator transmitter and auto-deflation measures to facilitate a search and recovery mission if required. 8. A cost estimate on a Rough Order of Magnitude (ROM) to accomplish each of the notional requirements outlined in the paragraphs above. 9. A supporting program schedule that represents your 'low risk' approach to meeting the objectives outlined above. 10. An assessment of the associated risks for this program and respective risk mitigation approaches. 11. Name, telephone number, fax number, street address and e-mail address for program, technical and cost points of contact information. Interested parties may obtain a copy of the PTDS Architecture by contacting MAJ Daryl Harp at 732 427-5511 or email: Daryl.M.Harp@us.army.mil; or, Mr. Paul Ciolek at 732 427-6942 or email: Paul.Ciolek@us.army.mil. Commencing approximately 18 work days from release of the RFI, the Government may afford interested parties an opportunity to discuss the contents of their White Papers during an industry one-on-one session where it is envisioned the parties will engage in an active information exchange dialogue to aid in the governments feasibility assessment. It is anticipated that any such sessions would not exceed 4 hours and will take place at PM RUS at Fort Monmouth, NJ.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00965718-W 20060114/060112213653 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.