Google
 

Friday, April 4, 2008

SOURCES SOUGHT ANNOUNCEMENT FOR TECHNOLOGIES FOR USE AS STAND IN JAMMER SYSTEM

https://www.fbo.gov/index?s=opportunity&mode=form&id=29983f1f36bd1728cf6daab60dcdc4aa&tab=core&_cview=1

MARKET SURVEY - SOURCES SOUGHT SYNOPSIS: The Government is issuing this sources-sought announcement as part of a market survey. Naval Surface Warfare Center, Crane Division is interested in receiving white papers which offer technically mature systems, sub-systems, components, algorithms, and/or technologies for use as a Stand In Jammer against surface to air missile systems. All interested sources are encouraged to submit company and product literature, references and any other pertinent information for the Government's consideration.

The following topics are areas of current interest:
(a) Electronic Warfare Payload consisting of jammer effective against newer coherent surface to air missile systems. Payload will also consist of EW receiver system with required sensitivity/selectivity to be an effective detection receiver at tactically useful ranges. RF up/down conversion, processor, amplifier(s), antenna(s), etc. required.

(b) Processing software required to complete stand in jamming mission in stressing RF environment. An example might be autonomous operation that requires geolocation, classification and prioritization of target threats prior to jamming. Software/firmware required to effectively use DRFM against threats of interest also required.

(c) Unmanned Aerial System (UAS) with approximately 500 nmi radius, 1 hour on station time, survivable (e.g. reduced Radar Cross Section) when not jamming during ingress/egress. Launch and recover afloat and ashore. Suitable size, weight and power for EW Payload, data links, navigation system, etc. Common Control Station interface desired.

(d) Suitable communications links, Beyond line of sight (e.g. SATCOM) and survivable (e.g. Low Probability of Intercept, LPI) line of sight links.

(e) Mission planning systems, compatibility with existing JMPS desired.

Vendors may provide information on all or a subset of the above areas. Vendors wishing to propose only to the UAS system may use an estimate of 30 lbs, 250 watts, and 1.5 cubic feet for EW payload requirements but these numbers are subject to change depending on EW payload designs. Desired discussion areas include elements of cost, schedule, performance, risk, component technical readiness level (TRL) rating, required GFE/GFI, Government and vendor teaming and cost sharing during initial integration phase. Initial submissions were required COB, 7 March 2007. The date for complete, fully refined data packages has been extended from 1 April 2008 to 16 May 2008.

NSWC Crane is considering hosting a "Technology Day" to provide interested vendors an opportunity to ask questions and provide industry input, prior to the date for final submissions. If that does in fact take place, additional details concerning the time and place will be provided and posted to the same websites as this announcement.

Interested organizations should respond by providing the Government the following information; point of contact, address, telephone and fax numbers, email address, duns number, cage code and or tax ID number, as well as size category (large, small, small disadvantaged, etc) a brief summary of the company's capabilities, description of facilities, personnel, and related manufacturing experience. Also provide any supporting information such as commercial literature, catalogues, manuals, etc. At the current time, NO FUNDING IS AVAILABLE for contractual efforts.

This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.

Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement to: Mr. Roger Brett, Code 0563WH, Bldg 2035, NSWC, Crane, IN 47522, telephone (812) 854-5269 or e-mail at: roger.brett@navy.mil. Technical questions regarding this announcement may be directed to Mr. William Lang, Systems Integration Branch, Bldg 3330C, NSWC, Crane, IN 47522, telephone (812) 854-4135 or e-mail at: william.lang@navy.mil. Classified questions or information may be emailed to william.lang@crane.navy.smil.mil.

No comments: