Florida Bids > Bid Detail

Request for Information: Algorithms to Convert Radio Frequency Signals into a Geolocation Solution

Agency:
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
  • 70 - General Purpose Information Technology Equipment (including software).
Opps ID: NBD00159911635235457
Posted Date: Dec 1, 2023
Due Date: Dec 6, 2023
Source: https://sam.gov/opp/f061891b0a...
Follow
Request for Information: Algorithms to Convert Radio Frequency Signals into a Geolocation Solution
Active
Contract Opportunity
Notice ID
N61331-24-SN-Q01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NAVAL SURFACE WARFARE CENTER
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Dec 01, 2023 02:57 pm CST
  • Original Published Date: Oct 13, 2023 03:01 pm CDT
  • Updated Response Date: Dec 06, 2023 03:00 pm CST
  • Original Response Date: Nov 15, 2023 11:59 pm CST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Dec 21, 2023
  • Original Inactive Date: Nov 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
    Panama City Beach , FL 32407
    USA
Description View Changes

Amendment 1: extend response date to 22 November 2023, 1500 CT.



Amendment 2: extend response date to 06 December 2023, 1500 CT. Q&A cutoff date is 30 November 2023. The Government does not guarantee questions received after 30 November will be answered.



Amendment 3: post answers received through 30 November 2023.



Request for Information



Please review the RFI in its entirety. Email questions and submissions to the points of contact listed below. For questions, please title the email subject line as follows: "N61331-24-SN-Q01 RFI Question." For submissions, please title the email subject line as follows: "N61331-24-SN-Q01 RFI Submission - [COMPANY NAME]." If you do not receive acknowledgement of receipt of questions or submissions, please contact Ryan Hodges, Contract Specialist. The RFI will close on 06 December 2023 at 1500 CT.



1.0 Description



1.1 The Naval Surface Warfare Center Panama City Division (NSWC PCD) in support of an internally funded research project is seeking information on how an interested contractor could convert RF (radio frequency) signals into a geolocation solution.



1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is being issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals but will accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI or unsolicited proposals; all costs associated with responding to this RFI or any unsolicited proposal will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) at https://sam.gov/. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.



2.0 Background



The objective of this project is to create a system capable of using radio communications to locate an airborne mobile receiver to current FAA (Federal Aviation Administration) radiolocation specifications (93 m or better). NSWC PCD currently has a prototype of one microelectronic model of the integrated hardware with rudimentary Time Difference of Arrival (TDOA) algorithms to demonstrate this capability. This RFI is looking for the algorithms necessary to convert the TDOA signal timestamp measurements into a precise geolocation solution. A solution that provided resolution improvement from a millisecond to the required sub-microsecond resolution would be adequate. Integrated systems CONEMP (concepts of employment) include (but are not limited to): deployment with expeditionary forces, providing of port security (assuming the transmitters are compatible with typical non-specialized ground vehicles or small watercraft). Autonomous systems are not required at this time, but are the expected style of transmitting vehicle for known-location platforms. Beacon systems with low Size, Weight, and Power (SWaP) requirements such as fully complemented radios with microprocessors for TDOA-primed signal processing weighing less than a half-kilogram are a preferred final system configuration, but portable conventional radiolocation typical of small-craft aviation is adequate. Ranges of one to thirty kilometers are required.



2.1 Planned Production:



N/A



2.2 Delivery Period:



This period may involve licensing (for at MINIMUM 1 yr.) or some other variable structure and will be addressed in any response to an RFP. Suggestions in the RFI are welcomed.



2.3 Limitations:



2.4 Security Requirements:



The are no classification requirements associated with this RFI. If this project evolves to produce and RFP, classification and Non-Disclosure agreements will be appropriately addressed.



3.0 Requested Information



The project is seeking information on algorithms to convert TDOA measurements into high-resolution geolocation solutions. Compiled object code is adequate as long as the Navy can use it on common systems. Examples of messages and decision strategies include simple pulsed beacons with fast detection, “long” known-messages tuned to timestamp detection using correlation methods or methods using mostly hardware with novel detection methods using a radio communications form of IEEE 1588. Solutions using those or other systems are acceptable. A description of the hardware and software needed to run the offeror’s algorithms, or access to a prototype, must be included. The expected processing time for message lengths and solution precision must be provided.



4.0 Responses



4.1 Interested parties are requested to respond to this RFI with a white paper.



4.2 White papers in Microsoft Word for Office 2000 compatible format are due no later than 06 December 2023, 1500 CT. Responses shall be limited to 5 pages for Section 2 and submitted via e-mail only to Ryan Hodges, Contract Specialist, at ryan.t.hodges.civ@us.navy.mil and Matthew Hammond, Contracting Officer, at matthew.a.hammond4.civ@us.navy.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.



4.3. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum:



4.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact.



4.3.2. Recommended contracting strategy.



4.3.3. Copies of executed non-disclosure agreements (NDAs) with COR (Contracting Officer’s Representative) and any appropriate POC for the Government technical evaluations.



4.3.4. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. “Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, with no more than 750 employees. Respondees are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR part 19 for additional detailed information on Small Business Size Standards. The FAR is available at https://www.acquisition.gov/.



4.3.5 The facility security clearance of the offeror.



The number of pages in Section 1 of the white paper shall not be included in the 5-page limitation, i.e., the 5-page limitation applies only to Section 2 of the white paper.



4.4 Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI with additional guidance from Section 1 of this RFI and shall be limited to 5 pages.



5.0 Industry Discussions



NSWC PCD representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks.



6.0 Questions



Questions regarding this announcement shall be submitted in writing by e-mail to the Contract Specialist, Ryan Hodges, at ryan.t.hodges.civ@us.navy.mil and the Contracting Officer, Matthew Hammond, at matthew.a.hammond4.civ@us.navy.mil. The Government does not guarantee that questions received after 30 November 2023 will be answered.



7.0 Summary



THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide High Resolution Geolocation Solutions. The information provided in the RFI is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.



The Navy invites both large and small businesses to address the RFI above. The applicable North American Industry Classification System (NAICS) for this requirement is 334515. Size Standard is 750 employees.


Attachments/Links
Contact Information
Contracting Office Address
  • PANAMA CTY DIVISION 110 VERNON AVE
  • PANAMA CITY BEACH , FL 32407-7001
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >