Request for Information: Ground-Based Radar System

expired opportunity(Expired)
From: Federal Government(Federal)

Basic Details

started - 29 Apr, 2022 (about 2 years ago)

Start Date

29 Apr, 2022 (about 2 years ago)
due - 06 May, 2022 (about 2 years ago)

Due Date

06 May, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708895)DEPT OF THE AIR FORCE (60450)FA8730 KESSEL RUN AFLCMC/HBBK (239)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

ADMENDMENT 001:Reponses for this notice have been extended to 1200 6 May 2022.There are no "Controlled Attachments" provided on this RFITHIS NOTICE IS NOT A REQUEST FOR PROPOSAL:This notice is for information and planning purposes only.  In accordance with Part 10 of the Federal Acquisition Regulation, the Government is conducting market research to determine the availability and adequacy of potential business sources in providing Commercial Off-The-Shelf (COTS), Non-Developmental Items (NDI), or near NDI for ground-based radar systems for detection, identification, and tracking of targets of interest such as walking humans, small vehicles, and large vehicles. This Request for Information (RFI) does not constitute a solicitation for bids or proposals and it is not to be construed as a commitment by the Government.  The information herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.  If a solicitation is released, it will be
synopsized on the SAM.gov.  Proprietary information will be accepted and handled appropriately.  Responders should indicate which portions of their responses are proprietary and should mark them accordingly.  The Government is not obligated to and will not reimburse the contractor for any costs associated with preparing or submitting a response to this notice and submittals will not be returned to the sender.The Force Protection Division (HBU) of the Air Force Life Cycle Management Center (AFLCMC) (AFLCM/HBU) is located at 3 Eglin Street Hanscom AFB, MA 01731.  The Force Protection Division’s mission is delivering cutting edge defender capabilities at the speed of relevance. The Ground-Based Radar System is a system that will be used as part of an Intrusion Detection System (IDS) to detect, identify, and track targets up to, but not limited to 20KM. It must have the ability to continuously transmit position of target. The system must be capable of encrypting sensor and communications data with the latest National Institute and Standards & Testing (NIST) certified Advanced Encryption Standards. Additionally, it must be network-able with other C2 nodes (BDOC), comply with all-weather/terrain IAW Mil standard, and operate in light and complete darkness.The Government is seeking the following information in any responses provided:What is the current TRL level for the sensor?What is the maximum range and environmental conditions that the sensor can detect the following targets with a probability of 0.9Dismounted human?Small vehicle?Large vehicle?What is the minimum detectable range rate the sensor can detect a target with a probability 0.5, and the range of environmental conditions that apply to this minimum detectable range rate for the following targetsDismounted human?Small vehicle?Large vehicle?What is the average time to detect from first illumination to target report for the following targetsDismounted human?Small vehicle?Large vehicle?What are the environmental conditions that the sensor can operate effectively? What is the nuisance alarm and false alarm rates for the sensor?What is the Field of Regard of the sensor? Can it be sectored? Can it be masked?What is the instantaneous Field of View of the sensor?What is the antenna architecture - either a reflector or electronically scanned (ESA/AESA)?What is the target position update interval? If the update interval is variable, what conditions cause the update rate to vary?How accurately can the radar geo-locate a target (in azimuth) in the field of view (RMS over the field of regard)?Over what external interfaces does the sensor provide target detection reports? Describe the output file formats.Can the sensor be operated remotely? If so what is the mechanism? Can you describe the interface in detail or provide an interface control document?What are the Size Weight and Power (SWaP) characteristics of the sensor?What is the required clearance volume of the antenna and how is it oriented with respect to potential mounting locations?Is the system ruggedized and capable of extended operation in multiple worldwide outdoor environments?Describe any specialized software (i.e. non COTS) that is required for system operation. If such software is required provide information on the operating system environment, minimal hardware requirements and architecture (processor type, performance,) required to run the software.What software licensing agreements are available for government purchase?Describe the available operator training curricula or manuals.Describe any established training for maintenance.To what Cyber Security standards is your system operating and who sanctioned it?With what Cyber Security software analysis tools have you examined your system and what are the results of those examinations?Describe your preferred sustainment structure including contractor logistics support. Can you support government sustainment? What sustainment training requirements can you support?What Reliability, Availability, and Maintainability (RAM) performance does your system meet, to include expected Mean Time Between Failure (MTBF)?What warranty coverage is available and explain any extended maintenance support.Provide costs associated with annual sustainment support.Describe transportation and storage requirements.Companies should provide data to support performance claims either by analysis or with test data.All interested parties are encouraged to submit company and product literature, white papers, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, and an estimated cost for price of test articles and production units, for the Government(s) consideration. Interested parties are encouraged to provide current customer base and identify systems in which the product is currently being employed.In addition to detailing how the proposed COTS solution does or does not meet all the performance requirements, please provide a response to the following questions:Does the proposed solution meet the provisions of the Buy America Act (BAA), Trade Agreement Act (TAA) and National Defense Authorization Act (NDAA)?What additional equipment would be recommended for the proposed solution to meet the environmental requirements?Has the proposed solution been used in any U.S. DoD applications?What experience does the company have with military qualification testing?Is the company willing to support installation & test activities?Is the company willing to modify its product to meet both hardware & software requirements for the Air Force Integrated Base Defense Security System (IDBSS) in the event the proposed solution does not meet all Form, Fit and Function requirements?Is the company willing to notify AFLCMC/HBU of any hardware/software enhancements/changes to the proposed solution for 3 years from the initial qualification test?Is there test data that can be provided to show the proposed solution meets the Air Force IBDSS requirements?Does the company currently have a GSA Contract?What is the unit cost of the proposed solution?PLEASE NOTE:If the product meets the performance criteria, we would like the opportunity to review information about the proposed solution as part of our market research, to include current copies of the manuals and product drawings/cut sheets.  We also ask for an explanation (please be specific) in the response regarding how the product meets, or does not meet, each of the stated criteria.  This will help the Government to determine if the requirements need to be modified.  If the product employs innovative techniques or technologies that are outside the requirements of this RFI, please address them in the response.If you elect to respond to this RFI please provide a point of contact (POC) within your corporation, your corporation’s cage code or DUNS number, your corporation’s qualifications and your corporation’s size.Responses to this RFI shall be provided to Ms. Samantha Nelson (contact information listed below) by 1200 EST on 29 Apr 2022.  Responses shall be in electronic format (email preferred).  All questions regarding this announcement shall be submitted to Ms. Samantha Nelson and Capt Reginald Johnson (contact information listed below) via e-mail.  A courtesy copy shall be provided to 1stLt Jared Scott (jared.scott.3@us.af.mil).Acquisition InformationFBO Category: SECURITY SYSTEMS SERVICE; SEARCH, DETECTION, NAVIGATION, GUIDANCE, AERONAUTICAL, AND NAUTICAL SYSTEM AND INSTRUMENT MANUFACTURINGSolicitation Status: Pre-SolicitationAcquisition Type: SystemsAcquisition Location: HanscomSolicitation Number: N/ANAICS Code: 561621; 334511Dollar Amount: N/AGovernment Contractor Support: OASISCONTRACTING SPECIALIST: Ms. Samantha Nelson samantha.nelson.7@us.af.milCONTRACTING OFFICER: Capt Reginald Johnson reginald.johnson.19@us.af.mil                                                           PROGRAM MANAGER: 1st Lt Jared Scott jared.scott.3@us.af.mil                                     ENGINEER: Mr. Samuel J. Wieczorek samuel.wieczorek.ctr@us.af.mil

Hanscom AFB ,
 MA   USALocation

Place Of Performance : N/A

Country : United States

You may also like

W355B-248238-Ground Penetrating Radar System

Due: 14 May, 2024 (in 15 days)Agency: Department of Public Works and Government Services (PSPC)

Classification

naicsCode 561621Security Systems Services (except Locksmiths)