Request for Information to identify possible sources capable of providing an Anti-Jam GPS Antenna System
This Request for Information (RFI) is issued for informational purposes and market research only, it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The Go... This Request for Information (RFI) is issued for informational purposes and market research only, it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The Government will not reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting. The information provided maybe used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response. SCOPE The United States Army Program Executive Office Aviation (PEO AVN), Product Manager Assured Airspace Access Systems (PdM A3S) is conducting market research to identify possible sources capable of providing a small form factor GPS Anti-Jam (AJ) antenna system. INSTRUCTIONS TO POTENTIAL RESPONDENTS Interested parties who desire to participate in this RFI are encouraged to submit responses that demonstrate they presently have the experience and devices with the technology maturity to answer this RFI. Responses shall include the following information and address the topics enumerated below. Company Name Address Point of Contact (include phone number and email address) CAGE Code Web Page URL State the country of ownership for the company. 2.1 Performance Requirements Describe products manufactured by your company to meet the performance requirements shown below. If any part of this proposal requires a development effort, clearly describe the approach and estimated timeline. Explain where the unit is not compliant with the requirements below and discuss any plans to gain compliance along with the timeline. Supports certification at the aircraft level for features such as: Capable of receiving legacy (C/A and P(Y)) and modernized (M-code) GPS signals Capable of receiving Space Based Augmentation System (SBAS) signals Capable of simultaneously canceling signals from spatially distributed sources of interference located within the 24 MHz bandwidths centered on both the GPS L1 (1575.42 MHz) and L2 (1227.60 MHz) broadcast frequencies Capable of operating under rotor blade modulation Capability to counter at least 4 or more jammers within each of the 24 MHz bandwidths centered on L1 and L2 under static conditions Input Power Describe the AJ antenna system ability to operate from prime power source with characteristics and limits as defined in MIL-STD-704 Electric Power, Aircraft, Characteristics and Utilization, Revisions A, C, D, E, and F. 2.1.2 Physical Describe the AJ antenna system size, weight, power, and cooling (SWaP-C) characteristics and how they have been minimized to the greatest extent possible without compromising performance of the unit. 2.1.3 Environmental and Electromagnetic Qualification Describe the AJ antenna system compliance with the following environmental specifications and specified tests below. If not compliant, discuss future plans to gain compliance. Requirements for the Control of Electromagnetic Interference (EMI) Characteristics of Subsystems and Equipment for EMI / Radio Frequency Interference (RFI) requirements IAW MIL-STD 461G as modified by ADS-37A-PRF, MIL-STD-810G, DoD Test Method Standard - Environmental Engineering Considerations and Laboratory Tests, for the following: Altitude: 55,000 Operational temperature: -54 to +71 C Thermal Shock: -85 to +55 C Humidity: <= 95% Rain Icing/Freezing Rain Salt Fog Sand and Dust Fungus Shock and Crash Safety Explosive Atmosphere Decompression Vibration/Gunfire Vibration Acceleration Solar Radiation Lightning CE101, CE102, CE 106, CS101, CS114/115/116/117/118, RE101, RE102, RS101, RS103 2.1.4 Interfaces Describe the AJ antenna system Radio Frequency (RF) and signal interface characteristics for digital and discrete interfaces that can function independently or in compatibility with existing GPS receivers or Fixed Radiation Pattern Antennas (FRPAs). To include the ability to provide interface compatible with ARINC-429, Ethernet, MIL-STD-1553B, RS-422, and RS-232. 2.1.5 Certification Describe civil certification to DO-178C DAL B and DO-254 DAL B, and TSO-C190 compliance with civil flight standards. 2.1.6 Other Considerations Describe how the proposed solution would be maintained, and describe the warranties offered. Indicate whether the company is presently providing devices of these types to the Government. If so, provide the contract number(s) and the appropriate Government points of contact. Describe any pre-planned product improvements that are scheduled to be made or potentially could be made. Indicate whether an AJ antenna system production unit is presently available or when a fully functional engineering development model (EDM) will be available. Describe earliest timeframe and capacity to achieve full rate production of the AJ antenna system. RESPONSES, COMMUNICATIONS, AND ADDITIONAL CONSIDERATIONS The Government may contact respondents to obtain additional information or clarification in order to fully understand a company's response. This may include discussions, site visits, demonstrations, etc. to further the Government's understanding of a proposed solution, as well as a company's understanding of the Government's requirements. Responses shall not exceed 12 pages (including any cover page). Include technical and descriptive text, functional block diagrams, and illustrations to provide sufficient detail. The submitted documentation becomes the property of the United States Government and will not be returned. Respondents shall clearly mark proprietary data with the appropriate markings. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. Any material that is not marked will be considered publicly releasable. When submitting a response, please be aware that the Army workforce is supplemented by contracted support personnel. Any proprietary data submitted may be handled by contract support services personnel who have signed the same Non-Disclosure Agreements (NDAs). Responses are due electronically by 23 September 2019 via email to: Name: Dylan Chung Title: Electronics Engineer Organization: PdM A3S Field Office Phone Number: (443) 395-1308 Email: dylan.x.chung.civ@mail.mil Name: William Cooper Product Manager Assured Airspace Access Systems Phone Number: (256) 876-3360 Email: William.e.cooper78.civ@mail.mil For more information on this RFI, please contact the points of contact identified above. E-mail communication is preferred. DISCLAIMER This RFI is not a RFP and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this RFI. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, "Request for Information or Solicitation for Planning Purposes", is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked "Proprietary" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »