|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6,1995 PSA#1425US Army CECOM, Command, Control, Communications, Computers,
Intelligence and Electronic Warfare (C4IEW) Acquisition Center, Fort
Monmouth, New Jersey 07703-5008 58 -- GUARDRAIL/COMMON SENSOR (SYS 1,2,3&4) POC Contact point Kay
Griffith - Boyle, (908)427-5911, also see Blk 17. GUARDRAIL/COMMON
SE+NSOR (GR/CS). The US Army, PEO,IEW, System Manager for the Special
Purpose Detecting System, AN/USD-9(), Guardrail/Common Senor, is
conducting a market survey for significant modifications to the GR/CS
Systems 1,2,3 and 4. The GR/CS is a low density system, and each of the
four existing systems uniquely reflects the architecture of the
technology at the time of their development. Within the GR/CS Family,
GR/CS-2 is currently in production and GR/CS-1 is the most recently
fielded version of the remotely controlled airborne SIGINT collection
systems. GR/CS System 3&4 have been operating in the field for 7 and 4
years respectively. The purpose of this market servey is to locate
other sources with sufficient experience and technical knowledge to
perform the total systems integration for all of the necessary major
hardware/software modifications to the GR/CS ground stations and
airborne prime mission equipment (PME). Required modifications include:
(a) integrating a precision targeting capability into the Ground
Tethered Satelite Relay (GTSR) and integrating an interoperable
capability to control other SIGINT sensors with GR/CS System 1, (b)
integrating a collateral broadcast and dissemination reporting
capability, compliant with TADIL-J(J28.6) format, with the GR/CS
System-1,2 and 3, and fully intergrating Tactical Information Broadcast
System (TIBS) Interface Unit Graphics (TIUG) FOR System 4, (c)
upgrading System 1 workingstations by rehosting system operating
software onto Army Common Hardware/Software (CHS2) compliant
architecture, (d) integrating a 3 channel Joint Tactical Terminal
(JTT3) into GR/CS System 3 to provide a Tactical Reconnaissance
Intelligence Exchange (TRIXS) reporting capability. Appropriate
documentation, training, ILS and security accredition will be required.
The intent of this effort is to take advantage of significant previous
investments and current on-going production and R&D efforts. TRW,
Airborne Surveillance Group was the developer of all GUARDRAIL Common
Sensor Systems. Potential contractors must possess intimate knowledge
of the technical design nd operational functions of the GR/CS Systems
4,3,2, and 1, including GTSR, to develop the hardware/software required
to perform the modifications, testing and installations required. The
potential contrator must account for on-going developmental system
upgrade efforts in any design and intergration approach. Complete
Technical data packages are not available for GR/CS System 4,3,2, and
1. The potential contractor shall perform software development/testing
utilizing existing Government lab equipment/facilities to the fullest
extent possible. The 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. Additionally, the potential contractor must demonstrate an
understanding of, and provide test data for remote satellite systems,
with regard to technical and operational constraints, to develop a
remote precision targeting capability. The potential contractor's must
provide documentation such as test results to show the potential
contractor's experience and technical knowledge of the GR/CS Systems
4,3,2, and 1 design and operational functions. The potential contractor
must show proof of licensing agreements for use of any required
development contractor software data and/or hardware as applicable.
Respondents must posses TS SCI clearances in order to perform this
effort or address any issues concerning this program. Hardware and
software must be available for installation into the GR/CS Systems
within 12 months after contract award and installation, test, training
and documentation must be completed within 18 months of contract
award. To be considered responsive, all respondents must address every
element, (a) through (d) above, of the market survey. Multi-corporate
teaming is encouraged. Such affiliations must be disclosed and
participant roles must be clearly identified in the response to this
market survey. In addition to addressing the above requirements, all
responses must address schedule ability to deliver on time, and past
experience with the GR/CS Systems 1,2,3 and 4 (Contract# and type, $
value, and performance status). All responses must be in writing and
received in the Project Office no later than 22 Sep 1995. Interested
parties are advised to send written responses to Mr. Jack hackleford
(908) 427-5162 or Ms Barbara Bowers, (908) 427-5793. Mailing address is
Cdr, CECOM, ATTN: AMSEL-RD-IEW-EFF-M (Shackleford, Bowers), Fort
Monmouth, NJ 07703. Facsimile No. is (908) 427-5594. (0244) Loren Data Corp. http://www.ld.com (SYN# 0172 19950905\58-0009.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|