Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2010 FBO #2975
SOURCES SOUGHT

58 -- Request for Information, Baseband Radios

Notice Date
1/14/2010
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-10-RFI-0094
 
Archive Date
3/4/2010
 
Point of Contact
Robert G Battaglia, Phone: 732-323-7535, Joseph J McGann, Phone: 732-323-2921
 
E-Mail Address
robert.battaglia@navy.mil, joseph.mcgann@navy.mil
(robert.battaglia@navy.mil, joseph.mcgann@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Description The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communication Requirements (SCR) Division is surveying the commercial vendor community for all interested parties in a proposed requirement for a baseband communications system in support of SCR, at St. Inigoes, MD. The purpose of this RFI is to gain insight into the best practices / capabilities in industry for a baseband communications system capable of communicating over multiple communications vectors. The Government is interested in feedback from the commercial market on the requirements listed in this RFI that may be available to meet the requirements. Vendors are asked to respond with documentation outlining their capabilities, feedback on the requirements listed within this RFI. The Government would like to see concepts presented through drawings, slick sheets, website, or PowerPoint brief. Below is a list of requirements broken down into 5 categories; general capabilities, supported communications vectors, power, physical attributes, and information assurance / security. The specific hardware to support the multiple communications vectors listed is not a part of this RFI. Note: Requirements qualified under “Required” are considered to be necessary and are somewhat inflexible. Those qualified under “Preferred’ are desirous and should be pursued to the greatest extent possible. General Capabilities Required: -Please provide your system’s capability to process all unclassified information with Federal Information Processing Standard (FIPS) 140-2 compliant Virtual Private Network (VPN) technologies. - Please provide your system’s capability to remotely access non-secure email and data communications. - Please provide your system’s capability to remotely access secure email, data, and VTC communications via multiple secure networks at multiple classification levels from SECRET to TS/SCI. - Please provide your systems capability to provide voice communications from the unclassified level up to and including TS/SCI. - Please provide your system’s capability to allow for remote administrative access on the non-secure network. - Please provide your system’s capability to support VOIP and provide the ability to print on all supported networks. - Please provide your system’s capability to be configured to support communications with multiple fixed locations. - Please provide your system’s capability to support wireless communications via the SECNET54 at all classification levels. - Please provide your system’s capability to support users utilizing Commercial Off the Shelf laptops. - Please provide your system’s capability to utilize network acceleration on all supported networks without compromising network security and/or packet inspection. - Please provide your system’s capability for remote patch management capability including antivirus and application updates on connected laptops across all supported networks. Preferred: - Please provide your system’s capability to utilize a Graphical User Interface (GUI) to indicate the status of each communication vector. - Please provide your system’s capability to utilize indicator lights for the status of power, battery, cryptographic equipment, bandwidth, and network link conditions. - Please provide your system’s capability to support CAC (Common Access Card) authentication for non-secure network access. Communication vectors Required: - Please provide your systems capability to communicate over any/all available vectors. - The system should utilize GFE cellular as a communication vector. (3G and 4G service as an example) - Please provide your systems capability to utilize (Broadband Global Area Network) BGAN INMARSAT (International Maritime Satellite) as a communication vector. - Please provide your systems capability to utilize a satellite terminal with Ethernet IP interface as a communication vector. - Please provide your systems capability to utilize ISDN/INMARSAT-M with up to four B channels as a communication vector. - Please provide your systems capability to allow for up to 20 systems to be online simultaneously without conflict. - Please provide your systems capability to utilize multiple BGAN systems for data communications. Power Required: - Please provide your system’s power supply capability to provide conditioned power to internal components. - Please provide your systems capability to be powered externally by 110/220 V and 50/60 Hz. - Please advise of your systems ability to provide backup power to internal components. - Provide information regarding your systems internal grounding. Preferred: - Please provide your systems capability to operate using 12VDC vehicle power. - Please provide your systems capability to provide power outlets on the top plane of transit cases to provide pass-through power when connected to external power source. - Please provide your systems capability to provide 802.3x compliant power over Ethernet on Ethernet ports. Physical Attributes Required: - Please provide your systems capability to meet FAA requirements for carry-on luggage with dimensions no greater than 16” x 24” x 12” and weight no greater than 40 lbs. - Please provide your systems capability to operate at external temperatures from 32°F to 120°F. Preferred: - Please provide your systems capability to withstand normal wear and tear for checked airline luggage. - Please advise as to how your system is easily accessible for troubleshooting, repair and replacement. I/A and security Required: - Please provide your systems capability to meet the physical security and Communications Security (COMSEC) requirements for processing and temporary storage of material classified up to TS/SCI. - Please advise of the design of your system, does it meet all applicable Information Assurance (IA) controls for a Mission Assurance Category (MAC) II System; compliant with DoD 8500 series and accreditation requirements for processing up to TS/SCI. Preferred: - Please provide your systems capability to have the functionality to zeroize or remove sensitive information including configurations. ADDITIONAL INFORMATION: In response to this RFI, respondents shall submit written responses, not-to-exceed five (5) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors are not to count as part of the page count. The Government is interested in receiving vendors’ commercial published price lists for items they believe meet the need in this RFI, as well as, identification of long lead item(s), sub-systems(s), or systems(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts points of contact identified below. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. **PLEASE NOTE: The Government intends to use contractor support to assist with the review of RFI responses. Government contracted support will be responsible for executing NDA's with respondents prior to reviewing any information marked proprietary. Once RFI responses are received, Company POC information will be provided to the appropriate contractor support to execute NDA's. Failure to respond to this RFI does not preclude participation in any future associated RFP/RFQ that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10-RFI-0094/listing.html)
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Division, St Inigoes, Maryland, 20684, United States
Zip Code: 20684
 
Record
SN02042453-W 20100116/100114234509-81976ca3f2c3effa475588b46b537cb0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.