Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2009 FBO #2622
SOURCES SOUGHT

A -- AN/TMQ-52A/B Meteorological (MET) Measuring Set-Profiler (MMS-P) Request for Information (RFI) Sources Sought for Profiler Block II Integration.

Notice Date
1/28/2009
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, 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-09-MKT-RES-0001
 
Response Due
2/27/2009
 
Archive Date
4/28/2009
 
Point of Contact
Kevin Monahan, 732-532-5456<br />
 
Small Business Set-Aside
N/A
 
Description
Please note that the point of contact for all questions concerning this announcement is Carolyn Weikert at 732-532-6135. Product Director, Target Identification and Meteorological Sensors (PD TIMS) is performing a market survey for sources interested in providing Research, Development Test & Evaluation (RDT&E) support for the program Block II upgrade and integration for the U.S. Army. The program effort will focus on Engineering and Manufacturing Development (EMD) in a post Milestone B program culminating in a successful Milestone C decision for follow on Production and Deployment. The current Profiler Block I system is hosted in either a Standard Integrated Command Post System (SICPS) or Command Post Platform (CPP) shelter mounted on a High Mobility Multipurpose Wheeled Vehicle (HMMWV) and processes weather data from a balloon radiosonde subsystem, a local ground sensor and a Tactical-Very Small Aperture Terminal (T-VSAT) satellite subsystem. The satellite subsystem allows for download of the Air Force Weather Agency (AFWA) model initialization data and provides updates of new weather sensor data as it becomes available, thus allowing the model to continuously adjust to changing weather. The Global Broadcast Service (GBS) will replace T-VSAT. A primary focus of the Block II integration effort is to increase accuracy of MET messages by improving software models, sensors and initialization data, while removing the balloon radiosonde subsystem. A study/survey of weather sensor technologies and products will be performed to address the feasibility of replacing the local Tactical Meteorological Equipment (TACMET) sensor with new sensor(s). The study should also address other US Army weather sensors and/or data that are intrinsic to other battlefield systems that can be utilized by Profiler. A new hardware configuration will be developed that will address the upgrade, elimination and/or consolidation of Line Replaceable Units (LRUs), to include a new onboard power design. The satellite subsystem will be enhanced, to include Size, Weight, Power and Cost (SWaP-C) improvements, to decrease emplacement time (auto-acquire) to support on-the-move capability. The GBS implementation is not in the scope of this effort. The application and modeling software will be upgraded. Knowledge of the NCAR/Penn State Mesoscale Model (MM5) and similar models is necessary. The system platform and/or shelter may change and the design will address system portability and ability to operate in a Tactical Operations Center (TOC). Additionally, the Profiler may have an interface to a tactical Local Area Network (LAN) which will provide alternate communication capabilities that can be exploited for model initialization and message communication. Security and Information Assurance (IA) issues need to be understood and addressed. A formal test program will be required to support software Formal Qualification Test (FQT), transportability, environmental, survivability, Reliability, Availability and Maintainability (RAM), safety and performance requirements. EMD systems will be produced to support a Limited User Test (LUT). Logistics implications need to be considered since these systems may be eventually fielded after the RDT&E effort. The RDT&E Effort is expected to commence in early FY10 and last for three (3) years. Responses should include relevant company qualifications in successfully supporting and executing such a program. In particular, knowledge, capability and experience in the following areas are of greatest interest to PD TIMS: 1. Meteorological sensors, technologies and models 2. Systems engineering and integration 3. Software development 4. Test and Evaluation 5. Security and IA 6. Production facilities. Companies should present their responses in the form of a whitepaper no more than 15 pages in length describing the information requested in this RFI. Specification sheets and product information may also be provided in addition to the whitepaper. Responses to this RFI must be unclassified. Responses should be submitted no later than 1700 hours Eastern on 27 Feb 2009. Companies may either submit their responses electronically to victor.rek@us.army.mil or send hardcopies to PD TIMS, ATTN: SFAE-IEWS-NS-TIMS (Victor Rek), Bldg. 563 Avenue of Memories, Fort Monmouth, NJ 07703-5304. E-mail file size shall not exceed 5Mbs. Technical questions may be directed to Victor Rek at 732-427-5153. Disclaimer: This request for information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. 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 submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e4780aa479c15a5565f8883f09fa2530&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
Zip Code: 07703-5008<br />
 
Record
SN01739569-W 20090130/090128215112-e4780aa479c15a5565f8883f09fa2530 (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.