The RFP Database
New business relationships start here

Force Protection Surveillance and Detection Enabling Technologies


Virginia, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

REQUEST FOR INFORMATION (RFI)
Force Protection Surveillance and Detection Enabling Technologies
Issued by the Product Manager (PdM) Force Protection Systems (FPS) on behalf of the Tactical Security System (TSS) Capability Development
1.0 SYNOPSIS
The Product Manager (PdM) Force Protection Systems (FPS) is seeking information from interested parties on readily available, commercial based surveillance, detection, and sensor network capabilities / solutions that have either been proven in field trials or by prototype testing in order to identify and evaluate innovative technologies and novel concepts that could potentially enhance US Army Force Protection (FP) abilities. These will be employed in either a stand-alone network configuration, or combined with other integrated based defense (IBD) and force FP systems supporting Base Camp (BC) and Theater Detention Facility (TDF) operations. The focus of this RFI is on mature surveillance and detection system elements and components capable of surveillance, detection and tracking of targets of interest such as walking humans, small vehicles, and large vehicles within a range of 1500 meters from an external perimeter security position and monitoring internal BC (battalion sized) or designated installation security areas as well as performing dedicated TDF operations. Primary interest is on complementary technologies and systems that can be used in an extendible networked configuration to provide the ability to detect, monitor, track threats, and increase standoff distances from hostile threats. This added capability will enhance a Commander's Force Protection (FP) Situational Awareness (SA), and improve response time and Soldier survivability. Major technologies and system component categories of interest covered in this RFI are imaging sensors, motion, and surface detection technologies, secure high-speed network (wired and wireless) interfaces and communications devices, full motion video surveillance and recording measures, open system and architected command and control (C2) applications, and sustainable, self-contained power supply and power management and distribution control capabilities. In addition, innovative concepts for system integration of promising surveillance and detection technologies and/or solutions are also under consideration. These system integrated capabilities must provide U.S. forces with the capability to operate and deploy FP technologies for extended periods of operation without added logistic and operational burden to the maximum extent possible. All technologies and capabilities presented should cite advantages and limitations, specifically addressing their employment in a stand-alone capacity or in a combined capabilities, and presenting how they may provide significant operational advantages within the context of BC and TDF operations. The information provided through this RFI is intended to provide insight on current and future technologies that the Government could possibly leverage for adaptation and utilization in a TSS program of record.

THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This RFI does not commit the government to contract for any supply or services whatsoever. Furthermore, we are not seeking proposals at this time. The Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. The Government would prefer that any submissions be non-proprietary in order to maximize potential use by the Government. Nonetheless, both proprietary and non-proprietary information will be accepted and the safeguarding of proprietary information will be in accordance with all applicable government regulations. Proprietary information or trade secrets should be clearly identified.
The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified.
(a) The Government does not intend to award a contract based on this RFI or otherwise pay for the information solicited.
(b) Responses to this RFI do not constitute a proposal and will be treated as information only.
(c) The Government reserves the right to engage with respondent(s) if additional information and/or clarification are deemed necessary.
Responses to this notice are not offers and the Government cannot accept them to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. The Government will not return any RFI responses. Not responding to this RFI does not preclude participation in any future solicitation to the TSS program.
2.0 BACKGROUND
The current TSS CDD v1.5 identifies the following capability gaps: a critical need for a lightweight, ground-based surveillance and security system that includes pan/tilt/zoom controls and semi-autonomous monitoring; early warning; Brigade level and below units lack sufficient resources to perform decisive action operations while simultaneously performing its inherent responsibility for its own Base Security Operations during decisive action operations leading to degraded capability of its primary mission; Theater and below elements of the Army lack the ability to provide an enduring persistent surveillance capability for forward operating bases (FOB). The lack of enduring persistent surveillance leaves these locations vulnerable to threats; Corps and below forces lack the ability to provide an organic force responsible for the protection of critical installations and facilities security in support of the wide area security mission. The TSS will integrate current research efforts and COTS technologies with the latest IBD and Detention doctrine and training to support defense, security, and protection operations. Based on the DoD Critical Infrastructure (CI) Detect, Assess, Warn, Defend, and Recovery (DAWDR) functional framework, TSS will provide surveillance and detection to support integrated and shared understanding of the operational environment, it will directly support the Detect, Assess, and Warn functions; and enable and inform the capabilities and tasks associated with the Defend and Recovery functions. TSS core capabilities fit in the short to mid-range level of response to the following threat categories:
1) Surface and subterranean (SbT) threats.
2) Direct fire threats.
3) Non-specific threats - This also includes detection of threat personnel positioning themselves or equipment against friendly forces. In addition, this covers threat attempts at intrusion and surveillance capabilities.
The TSS Node is designed with the ability to be employed in either a stand-alone network configuration or integrated with other IBD and FP systems such as the Ground-Based Operational Surveillance System (Expeditionary) (G-BOSS(E)) and the Integrated Ground Security and Surveillance Response Capability (IGSSR-C). The primary link between these systems is the Control Station (CS) (referenced as the Operator Station in the TSS Capability Document (CDD)). The CS used is dependent on the network configuration; a Portable CS (PCS) is used when operating on a closed restricted network, or a Fixed CS (FCS) is used when operating on an external network as part of the IBD. CS operation is managed by the IGSSR-C software.
The technologies should be capable of providing a rapidly deployable perimeter security and surveillance capability with day/night imaging functionality and accurate intrusion detection sensors to identify surface and subsurface intrusions/activities that indicate attempts to breach base perimeter or a detention facility (in or out). Additionally, secure network capabilities are core in establishing communication between emplaced edge-devices (i.e., sensors) and distribution of surveillance and ground-based security information to the TSS Operator responsible for executing C2 of the system. Lastly, power generation and source capabilities as well as the capability to handle regulation of available power (either external or internal) to the TSS Node is paramount in ensuring the system maintains the 24/7 operational cycle without disruption due to a power loss.
Specific technologies targeted for investigation and development are: : (1) systems working in the visible and infrared (near, mid wave and long wave) regions of the electromagnetic spectrum to enable automatic detection and classification/identification of ground and surface targets given degraded atmospheric and environmental conditions; (2) a low-weight, man-portable, ground surveillance radar system (antenna and transceiver) to detect vehicular and individual movements targets with improved tracking accuracy/quality; (3) secure wireless transmission communication networks for wide-area sensor employment (i.e., sensor nodes) in order to receive C2 and forward sensor information to an operator control station; and (4) energy storage units (i.e., battery box) coupled with intelligent power management and control systems capable of supply source monitoring, synchronization, and load compensation based on system demand. At a minimum, identified technologies and capabilities shall be modular/expandable, using open interfaces, allowing sensors and componentry from other suppliers to be integrated into a scalable, modular surveillance and detection FP system.
3.0 PURPOSE
The purpose of this RFI is to gather information and establish knowledge of current state of the art and future technologies that the government can leverage to meet the capabilities described in paragraph 4. Cost and schedule are major considerations; therefore, the Government is interested in information defined in paragraph 4 and the abilities to meet the parameters and measures listing in the attached Technical Attributes Table.
4.0 CAPABILITY INFORMATION SOUGHT
Currently TSS is in a pre-Milestone B acquisition phase with an approved Capabilities Development Document (CDD). Although some individual near-term sensor and infrastructure technologies associated with establishing surveillance and detection capability are considered mature, integration into a cohesive, interoperable FP system using self-contained power and secure network communications across worldwide deployed environments to meet demanding FP mission applications is challenging. Therefore, PdM FPS is canvassing industry to assist in identification of readily available commercial based solutions, innovative technologies, and novel concepts applicable to TSS that will expand system autonomous surveillance system functionality and enhance target detection and recognition performance at designated ranges. Additionally, stable, flexible, reliable and renewable, tactical power capabilities provide the life-line to TSS and supporting infrastructure to meet mission and duty-cycle demands for 24/7 operational coverage. Applying advanced network scalability features supports flexible edge-device employment and utilizing secure communication methods and modes ensures positive control of sensor data and system C2 is maintained whether in Line of Sight (LOS) and Non Line of Sight (NLOS) modes. The objective of the RFI is to solicit new thinking, focused on developing new technologies or employment of existing technologies in novel ways to address the operational challenges in providing BC and TDF protection. In support of the technology development, the Government plans to collaborate with industry in exploring technology advancements and alternatives to aid in accelerating maturation of system and subsystem capabilities in order to satisfy TSS design attributes and operational requirements delineated in the TSS CDD.
The goal of this collaborative strategy and the information collected through this RFI is to assess commercial investment to date and the maturity of enabling technologies/capabilities in support of TSS development. The following outlines the scope of information sought and maturity of commercial-based solutions as well as innovative technologies and TSS capability options to be presented by the vendor.
Technology Focus Areas:
All identified technologies shall have a near-term ability to demonstrate their operational effectiveness and suitability as it applies to surveillance and detection capabilities. In addition, the development and integration of capabilities in a stand-alone and/or modular, multi-system configuration is an area of interest in supporting TSS functionality. Submitted technology development efforts must take into consideration suitable commercially-available technological approaches and solutions for further maturation. The following technology focus areas are of interest to TSS system capability refinement and development. These are based on current analysis and preliminary technical readiness evaluation, with six (6) focus areas identified. Companies do not need to respond to all focus areas and are encouraged to respond to any or all of the identified focus areas. Addition information for each Focus Area including specifications can be found in the attachment titled, "FP Surveillance Detection Enabling Technologies Technical Attributes Table".


1. Focus Area #1: Electro-Optical (EO) and Infrared (IR) Sensors
Technologies and capabilities that maintain situational awareness (SA) and support target detection, tracking, recognition, identification and determination of hostile intent. Key aspects of interest and consideration:
• Angular resolution
• Video frame rate
• Field of View (FOV)
• Continuous zoom range (optical)
• Environmental compensation
• Size, Weight, and Power (SWaP)
• Communication bandwidth and protocol
• Cost
• Lead time for delivery
• OEM/non-U.S. sources


2. Focus Area #2: Ground Surveillance Radar (GSR)
Technologies and capabilities that provide digital, network-enabled phased array radar/communications antennas and integrated signal and data processing. Key aspects of interest and consideration:


• Increased detection and firm-track ranges
• Simultaneous tracking of multiple contacts
• Electronic jamming protection
• Improved track continuity, accuracy, and target identification (ID)
• Clutter rejection
• Network control (aperture, transmit, receive)
• Emissions controls
• Improved availability (inherent reliability)
• Modular / Scalable / Open Architecture
• All digital interfaces
• Software defined functionality
• Simple hardware upgrades
• Slew-to-cue interfacing with PTZ imaging sensors
• Cost
• Lead time for delivery
• OEM/non-U.S. sources


3. Focus Area #3: Self Location and Orientation
Technologies that provide a self-contained, electronic local alignment, position, and orientation capability to support communication and geo-tagging of emplaced sensors and equipment. Key aspects of interest and consideration:
• Gyrocompass alternatives (multi-antenna GNSS)
• Micro-Electro-Mechanical System (MEMS) rate gyroscopes
• Static and dynamic modulation
• Astronomical methods (celestial) with GPS time correlation for heading determination
• True north accuracy within ±0.1°
• Electromagnetism isolation
• Self-alignment
• Ease of setup (time) and employment
• Size, Weight, and Power (SWaP)
• Cost
• Lead time for delivery
• OEM/non-U.S. sources


4. Focus Area #4: Secure Communication and Radio Networks
Technologies and capabilities that establish a secure, deployable, wireless sensor and communications network for TSS FP missions. The standalone sensor network can consist of a set of distributed sensors nodes which are connected to each other. The TSS sensor nodes are low-power and have a reduced footprint in size relative to current military and commercial mobile security surveillance trailers and mast structures. The primary connectivity of the imaging and detection sensors is accomplished via wired or wireless means through a T Hub interchange within the TSS Node boundary. TSS employs a Connectivity Kit that provides accessories to include switches, repeaters, associated cables, connectors, port expanders, splitters, converters, etc. to properly configure the TSS for independent and network deployment operations. In addition, Point-to-Point (PTP) and Point-to-Multi Point (PTMP) radios provide secure broadband connectivity and backhaul for extended network communication between the TSS sensor nodes and to the operator control station. Key aspects of interest and consideration:


• Quality of Service (QoS)
• Extended configurability based on topology
• Licensed radio spectrum
• Configurable frequencies and transmit power
• Interface definitions and controls
• Secure access and management
• Security encryption
• Size, Weight, and Power (SWaP)
• RF, EMC, safety, and environmental standards compliance
• Cost
• Lead time for delivery
• OEM/non-U.S. sources


5. Focus Area #5: Uninterruptable Power and Distribution
Technologies that provide a standalone, uninterruptable energy source capable of supplying continuous power to core TSS equipment and dedicated infrastructure for no less than 72 hours. The system must be capable of incorporating alternative power supply sources such as MEP generator, universal mains type (i.e., shore) power, vehicle power, and solar energy feeds. The uninterruptable power source shall be able to work autonomously using external energy feeds to maintain core capacity levels to meet changing system load demands. Key aspects of interest and consideration:


• Power capacity and duration
• Power type and quality
• Available external interfaces
• Footprint (size and weight)
• Integrated power control, cycling, and charging
• Remote activation and monitoring via network interface
• Improved availability (inherent reliability)
• Cost
• Lead Time for Delivery


6. Focus Area #6: Resilient Sensor Network Switch
Technologies that provides a survivable, embedded controlled, network enabled, Power-over-Ethernet (PoE) integrated solution (i.e., Sensor Hub) to support various connected sensors and associated equipment given TSS Node arrangements. Key aspects of interest and consideration:
• Configurable PoE/PoE+ ports
• Embedded computer architectures
• Integrated power conversion, capacity and distribution
• Power consumption/management
• Ethernet control/switching
• Encryption
• Security and access controls
• Location and secure timing synchronization provisions
• Remote activation and monitoring via network interface
• Extensible external interfaces
• Environmental compliance/certifications
• Footprint (size and weight)
• Inherent reliability
• OEM/non-U.S. sources
• Cost
• Lead Time for Delivery
Collaboration in a Laboratory/ Range Environment:
Laboratory testing and range demonstration events provide an opportunity for technology developers to interact with Government developmental and operational personnel to determine how their technology development efforts and available solutions may support or present a potential to be adapted to satisfy TSS functional requirements. This testing environment facilitates a collaborative working relationship between Government and industry to promote the identification of emerging and mature technologies and to assess potential solutions to expeditionary missions and capabilities. Industry participation in test and demonstration activities does not suggest or imply that the Government will procure or purchase equipment.
Technology shall be at Technology Readiness Level 5 (TRL-5) or greater for the purpose of selection to be invited for laboratory testing or range demonstration.
Assess Industry Manufacturing/Production Capacity and Organic (US) Sourcing:
Vendor information provided to this RFI should cover state-of-the-art manufacturing, assembly, and production methodologies and processes that can be leveraged from the commercial sector to reduce potential non-recurring costs associated with the development of any TSS applicable capabilities. Vendor responses should provide information on their strategies, methodologies, and established processes associated with prototype, pre-production, and production article designs. Of particular interest is vendor collaboration with US sources that supply materials and components either manufactured or developed within the US that can be examined for TSS application.
5.0 SUBMISSION OF RESPONSES
Submissions should address the following:
1) Company Information and Point of Contact
• Company Name
• Company Address
• Company Business Size
• Point of Contact (POC) with phone number, fax number and email address.
2) Technological Capability
• Identify and describe the product and/or technological capability related to the technology focus area addressed.
• Address how your product and/or technological capability compares with the corresponding Parameters and Measures listing in the attached Technical Attributes Table.
• Identify product country of manufacture
• Identify any proprietary aspects of your product and/or technological capability
• Identify interface standards used.
• Identify Built-In-Test (BIT) capability and calibration techniques, as required
• Specify the Technology Readiness Level of the system.
3) Technological Alternatives
If applicable, briefly describe one or more technological alternatives for the focus area, including the reliability and technology readiness characteristics of the alternatives.
Please provide any potential SBIR grants and other similar vehicles for new and pertinent technologies, information, future concepts, ideas, or plans for future development that may assist in the technology focus area.
Briefly describe the feasibility of each alternative and the design presented in response to this RFI.
4) Cost and Schedule Estimates
Provide Rough Order of Magnitude (ROM) cost and schedule estimates to include a confidence estimate. These assumptions are for cost estimation purposes only and the government is only seeking this information for market research purposes. Costs provided under this RFI will not be used by the government as binding in any current or future contract negotiations. This is not a request for proposals. It is not the expectation of the government that the contractor will provide a complete cost proposal. Projected costs with tradeoff possibilities are preferred. In addition, the government requests cost breakdowns showing the price differentiation between Unlimited, Government purpose, and Limited Use data rights. Cost estimates should be provided for non-recurring engineering development elements as well as recurring unit costs. Schedule inputs should include development and fielding timelines.
5) Corporate Expertise
Briefly describe your company, your products and services, history, ownership and other information you deem relevant.
In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach and any relevant lessons learned.
6) Small Business Utilization
What percentages of the various small business socio-economic categories (e.g., Veteran Owned, 8-a, Hubzone, etc.) are achievable in specific tasking areas and/or overall? What tasking would small business be most able to perform for this effort?
7) Additional Materials
Provide any other materials, suggestions and discussions you deem appropriate. Include any additional requirements the government has not identified in the attachments. Discuss any R&D into new technologies you are working with that may relate to this request.
You may provide datasheets, brochures, sales literature, and test results for exist products as attachments to the RFI response. These are not included in the 15-page limit.


Respondents may submit one response per focus area. Responses are due by 1600 EST 23 October 2018.
Interested businesses should submit responses to this RFI to the contracting office using MS Word (12-point Times New Roman font, 10-point font for tables and graphics, single-spaced, 1" margins), addressing the areas requested to the POC below. Submissions must be limited to no more than 15 pages per submission including figures and tables. Datasheets, brochures, sales literature, and test results for exist products may also be submitted as attachments and do not count in the 15-page limit. Vendors should not submit classified information in their responses.
The subject line for the email submission shall read as follows:
Subject: RFI: W909MY-19-R-E003- Force Protection Surveillance and Detection Enabling Technologies - "Company Name".
Submissions should be emailed to the following email address:
Contact Information
Contract Specialist: Crystal Pressley
crystal.d.pressley.civ@mail.mil
Contracting Officer : Ashley Seffernick
ashley.p.seffernick.civ@mail.mil
Address:10205 Burbeck Rd
Army Contracting Command - Aberdeen Proving Ground - Belvoir (ACC-APG-Belvoir)
Contracts
Street, Bldg 362
Ft. Belvoir, VA 22060
Attn: Crystal Pressley


Crystal Pressley, Contract Specialist, Phone 7037040860, Email crystal.d.pressley.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP