Spectrum Situational Awareness System (S2AS)

Agency: DEPT OF DEFENSE
State: Federal
Type of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Posted: May 23, 2023
Due: Jun 22, 2023
Solicitation No: W56KGY-23-R-G143
Publication URL: To access bid details, please log in.
Follow
Spectrum Situational Awareness System (S2AS)
Active
Contract Opportunity
Notice ID
W56KGY-23-R-G143
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 23, 2023 02:09 pm EDT
  • Original Response Date: Jun 22, 2023 04:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5895 - MISCELLANEOUS COMMUNICATION EQUIPMENT
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
Description

Request for Information (RFI):



Program Executive Officer (PEO) Intelligence, Electronic Warfare & Sensors (IEW&S), Project Manager (PM) Electronic Warfare & Cyber (EW&C), PdM EWI, is conducting this RFI to identify proven, mature Commercial Off the Shelf (COTS) / Non-Developmental Item (NDI) software and hardware components for S2AS.





BACKGROUND



PdM EWI is the Product Manager for the Acquisition, Development, Deployment, and Sustainment of S2AS, a new start program in Fiscal Year (FY) 25.





Future adversaries will have multiple and highly capable means for detecting and targeting Army tactical Command Posts, Operation Centers, and vehicle platforms through electromagnetic emissions and other spectral emissions to include radiological and nuclear emanations. With evolving threats and advancements in technology, the Army will face adversarial difficulties throughout the Electromagnetic Spectrum (EMS) to include radio frequency and spectrum crowding, jamming, spoofing, cyber, anti-space, and other EMS hazards. Due to the density and unique spectrum profiles of the Army’s Command Posts and emitters, adversaries can easily detect, identify, and locate friendly forces using Signals Intelligence (SIGINT) technology and capability. To give the Army the competitive edge against the multitude of adversarial spectrum detection capabilities and achieve Command Post survivability, emissions control (EMCON) procedures must be leveraged to optimize command and control of friendly emitters to minimize signature detection. To achieve this competitive edge, Commanders must be equipped with tools to see and understand their EMS emissions and signatures to make rapid and informed decisions to disrupt and degrade the adversary’s ability to detect friendly locations and enable unnoticed friendly actions across the EMS – a Spectrum Situational Awareness System (S2AS) solution is required.





Product Manager (PdM) Electronic Warfare Integration (EWI) is seeking a turn-key advanced technology solution that will enable collection, protection, and integrity of spectrum emissions and emitter signature data for Command Posts and a variety of emitters surrounding the Army Command Post areas of operation. Collected spectrum data from the technology solution will disseminate the collected emissions data to the Army’s Program of Record spectrum visualization tool – the Electronic Warfare Planning and Management Tool (EWPMT). The S2AS solution will provide spectrum situational awareness and enable execution of Emissions Control (EMCON) of friendly emitters to protect against adversarial spectrum detection of Command Posts, and other emitter assets. S2AS will be designed with A Modular Open Systems Approach (MOSA) to provide flexibility and allow for rapid evolution of capabilities and technologies throughout the product lifecycle.





The government’s intent is to utilize the Consortium for Command, Control and Communications in Cyberspace (C5) OTA for this prototyping effort. More information about the C5-OTA can be found at https://cmgcorp.org/portal/member-resources/c5-ota/.





DESIRED INFORMATION



Provide proven, mature Commercial Off the Shelf (COTS) / Non-Developmental Item (NDI) software and hardware components related to the S2AS required technical capabilities listed in this RFI. Please indicate what additional information is required (if any), beyond what is requested below, for the vendor to compete.





REQUIRED TECHNICAL CAPABILITIES





Configuration: Vehicle mounted, Command Post (stationary), and man-portable



System is intended to be flexible and offer a range of flexibility to accommodate different mission requirements. Configuration should support modular configuration for vehicle mounted, Command Post, and man-portable implementations.



Size, Weight, and Power (SWaP)



Must accommodate austere environments and support a wide range of operational scenarios. Considerations for SWaP must accommodate battery operation, vehicle power (24v DC), and shore power standards for US and NATO specifications (110-240v AC). Must also be flexible to accommodate space constraints.



Network Communication



Data collected must be transported via low bandwidth and high latency tactical network transport mediums (LAN/WAN). Considerations for optimal use of bandwidth for wireless, radio line-of-sight, and satellite TCP/IP networks must be achieved to distribute collected sensor data collected at the Command Post to EWPMT for situational awareness and analysis.



Hardware




  • System must be modular (small form factor) with ruggedized all weather chassis and extreme temperature tolerance; ability to conform to Military Specifications (MILSPEC)

  • Interchangeable antenna configuration to support man-portable, stationary, and vehicular mounted configurations.

  • Antenna must support directional-finding and omni-directional sensing (at the halt and on the move)





Technical Capability




  • Net-worthy and capable of exchanging data with EWPMT

  • Visualized the EMS footprint and provided real-time signature awareness data

  • Color user interface that displays 2D waterfall, spectrograph, automated link analysis, and compass for Direction Finding (DF). Display must be large enough to provide sufficient detail to user during man-portable, stationary, and vehicle mounted operation

  • Sufficient RF sweep speed and filtering needed for Low Probability of Intercept (LPI)/Low Probability of Detect (LPD) spread spectrum signal capture

  • To support Disrupted, Disconnected, Intermittent and low-bandwidth (DDIL) operational environments, system capabilities must be enabled with enough compute power, memory, and storage to support current operations and storage of data (i.e. I/Q data, Audio files, baseline files, exceedance files, etc)

  • Support Wifi and LAN Internet Protocol (IP) based network connections to facilitate data transfer to external analysis tools and internal storage to support stand-alone operation while disconnected (store and forward)

  • Battery/extend-battery life operation

  • Support shore power for both stationary (110-220v AC) and vehicle mounted (24v DC) configuration (US/NATO specifications)

  • Provide means of pre-programing and re-programing of user-defined spectrum sensing frequency ranges

  • Provide alerts, indications & Warnings for signals of interest to inform EMCON level







OTHER INFORMATION REQUIRED



Interested parties should address the following information in addition to the capabilities and support requirements listed above.





a) State whether the vendor has the capability to fully meet some or all of the S2AS required capabilities. If the vendor can only partially meet the requirements, state the specific capabilities.





b) Provide examples of listed required technical capabilities integration with other competitor commercial required technical capabilities, and EWPMT.





c) Provide examples of past performance in system integration and non-recurring engineering of a similar scope and complexity.





d) Complete Appendix 1 and provide any additional information on handheld spectrum monitoring products, and RF sensors.





e). RF Spectrum Analysis Software – Provide information on product capabilities.







RESPONDING TO THIS RFI



Any interested party shall submit a white paper in response to the above capabilities.





The white paper shall be due no later than 30 days after the posting of this RFI. The response date denoted on SAM.Gov shall hold precedence. Vendors may submit any questions related to this RFI, no later than seven calendar days after the posting date. RFI responses are limited to ten (10) pages, not including appendix 1, cover, and administrative pages. All RFI responses shall include a table with the following:





Company name, company address, size/designation of company, overnight delivery address (if different from mailing address), DUNS Number, CAGE code, point of contact, e-mail address, telephone number, and fax number. Additionally, please state if your company is foreign owned, either directly or indirectly.





Certification of business size (large or small) under NAICS code 541511 "Custom Computer Programming Services". Also provide socioeconomic categories if a small business (i.e. large, small disadvantage, veteran-owned, woman-owned, etc.).





Interested parties are requested to respond to this RFI in Microsoft Word Office compatible format. Responses shall be written using a 12 point font size or larger. This RFI is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect cost or charges will arise as a result of the submission of a company's or corporation's information.





The Government shall not be liable for or suffer any consequential damage for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations and requirements. The Government does not guarantee that this RFI will result in a Request for Proposal (RFP) or contract award. The Government will not provide reimbursement for any costs incurred by vendors who respond to this RFI.





All questions and responses relating to this notice shall be sent via email to the below with the Subject, (S2AS RFI 1 - "Your Company Name")





Mr. Oral Grant (oral.g.grant.civ@army.mil), Contracting Officer



Mr. Raymond Bailey (Raymond.c.bailey2.civ@army.mil), Contract Specialist





In accordance with Federal Acquisition Regulation PART 10.001, the results of this Market Survey will primarily be used to develop the Government's acquisition approach and will be used to determine if sources capable of satisfying the agency's requirements exist. This is NOT a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings from the survey. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchange of information. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored.


Attachments/Links
Contact Information
Contracting Office Address
  • DIV C HQ CECOM CONTRACTING CTR 6565 SURVEILLANCE LOOP
  • ABERDEEN PROVING GROU , MD 21005-1846
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 23, 2023 02:09 pm EDTSources Sought (Original)

Related Document

Jun 6, 2023[Sources Sought (Updated)] Spectrum Situational Awareness System (S2AS)
Jun 7, 2023[Sources Sought (Updated)] Spectrum Situational Awareness System (S2AS)
Aug 17, 2023[Sources Sought (Updated)] Spectrum Situational Awareness System (S2AS)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...: Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT ...

INTERIOR, DEPARTMENT OF THE

Bid Due: 4/30/2024

...Deform Premier Annual Software Lease Active Contract Opportunity Notice ID 80NSSC24868433Q Related... SUPPORT ...

Federal Agency

Bid Due: 4/30/2024

...AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) NAICS Code: 541511... - ...

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Bid Due: 5/06/2024

...Processing and Video Recording Software and Hardware Active Contract Opportunity Notice ID N0016424SNB70...: ...

DEPT OF DEFENSE

Bid Due: 6/10/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.