|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1995 PSA#1375US Army CECOM, Attn: AMSEL-RD-IEW-EFF-M, Fort Monmouth, NJ 07703 58 -- GUARDRAIL/COMMON SENSOR (SYS.3&4) POC Contact Point Kay Griffith
- Boyle, (908) 427-5911. GUARDRAIL/COMMON SENSOR (GR/CS). The US ARMY,
PEO, IEW, System Manager for the Special Purpose Detecting System
AN/USD-9D, GUARDRAIL/Common Sensor, Systems 3 and 4 (GR/CS 3&4) is
conducting a market survey concerning the development and integration
of the required capability for GR/CS to be interoperable with other
services' platforms. The GR/CS is a low density system, and each of the
three fielded GR/CS (Systems 1, 3 and 4) uniquely reflects the
architecture of the technology at the time of their development. The
purpose of this market survey is to locate other sources with
experience and technical knowledge in the development of interservice
interoperability programs that possess operational functions comparable
to the requirements of the GR/CS 3&4. The intent of this effort is to
take advantage of significant previous investments in current on-going
production and R&D. A potential contractor must have initimate
knowledge and experience with other services' system designs and
operational functions to develop the hardware/software required to
perform the major modifications, test, and installation of an
interoperable capability into the GR/CS 3&4. Interoperability is
defined, in this case, as the ability to control other services' sensor
packages. sufficient technical data packages (drawings/full software
documentation, etc.) are not available for either the GR/CS 3&4 or for
the existing interoperable capability. A potential contractor must
demonstrate an understanding of, and experience with remotely
controlled airborne SIGINT collection systems and provide test data
from an existing system showing their capability to develop
interoperability with other service platforms. E-Systems is the
developer of the other service SIGINT platform that provides
operational functions similar to that required for the GR/CS 3&4. The
potential contractor must also show the ability to obtain the
appropriate licensing agreement for use of any required development
contractor software data and/or hardware. Hardware and software must be
available for installation in the GR/CS 3&4 within 12 months after
contract award and complete installation, test, training and
documentation on the fielded systems within 18 months after contract
award. Respondents must possess TS SCI clearances in order to perform
this effort or address any issues concerning this program. All
responses must address schedule, ability to deliver on time, past
experience with similar projects (contract # and performance status),
and successful test data showing interoperable capability with the
other platforms. All responses must be in writing and received in the
Project Office no later than 14 July 1995. Interested parties are
advised to send written responses to Mr. Jim Hillson, (908) 427-5761 or
Ms Kay Griffith-Boyle, (908) 427-5911. The Facsimile number is (908)
427-5594. Mailing address is Cdr, CECOM, Attn:
AMSEL-RD-IEW-EFF-M(Hillson,Griffith-Boyle), Fort Monmouth, NJ 07703.
(0173) Loren Data Corp. http://www.ld.com (SYN# 0402 19950623\58-0011.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|