Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2011 FBO #3354
SPECIAL NOTICE

B -- BAA (Broad Agency Announcement) RFI Seeking participants in Advanced Wireless Network-Tactical (AWN-T) experimention project. To augment Army's existing network infrastructure with mobile situational awareness capability.

Notice Date
1/28/2011
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Fort Gordon DOC, Directorate of Contracting, 419 B Street, Bldg 29718, 3rd Floor, Fort Gordon, GA 30905-5719
 
ZIP Code
30905-5719
 
Solicitation Number
BAABATLELABRFI
 
Archive Date
4/28/2011
 
Point of Contact
Kelly Haukaas, 706-791-1833
 
E-Mail Address
Fort Gordon DOC
(kelly.haukaas@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Posted Date: Jan 28, 2011 Response Date: 1700 EST, Feb 14, 2011 Archiving Policy: Manual Archive Classification Code: B -- Special studies and analysis - not R&D NAICS Code: 541 -- Professional, Scientific, and Technical Services/541990 -- All Other Professional, Scientific, and Technical Service 1. Introduction/Background. The Fort Gordon Experimentation Division, Capabilities Development Integration Directorate (CDID-ED) is looking for commercial vendors to participate in an Advanced Wireless Network - Tactical (AWN-T) experimentation project. The project will leverage commercial wireless technologies to augment the Army's existing network infrastructure with a mobile situational awareness capability that can support tactical operations down to the platoon level. The AWN-T project will be executed as a series of (proof of concept) experiments, integrating Army Program of Record equipment with commercial wireless technologies to establish a tactical infrastructure that can support phase 2 objectives of the Connecting Soldiers to Digital Apps (CSDA) initiative and Command, Control, Communications, Computer, Combat Systems, Intelligence, Surveillance and Reconnaissance (C5ISR) needs. Assessment efforts in 2010 proved that commercial wireless technologies can be integrated with the Warfighter Information Network - Tactical (WIN-T) Increment 1A (Inc1A) network. Further exploration is now required to identify technology options mature enough to be integrated into a secure communications network architecture that has options for spectrum agility (in the context of broadband wireless transport) and addresses the requirements for Information Assurance (IA) and operational certification to operate on the Defense Information System Network (DISN). This will be achieved through a series of garrison and field experimentation activities conducted with selected DoD organizations and commercial vendors, culminating with participation in the Joint Users Interoperability Communications Exercise (JUICE) scheduled for June 2011. The JUICE provides a venue for system/product certification, CJCSM 6231 validation (Joint Tactical Communications) and includes the DoD Interoperability Certification Exercise (DICE) 11-03 to include Joint Interoperability Test Command (JITC) assessment. 2. AWN-T key areas of interest. These areas are the most essential elements required to provide an integrated tactical AWN-T system. Vendor solutions in these areas are considered the critical functions required to prioritize inclusion in the AWN-T project. a.Wireless Base Stations and Antennas. (1)802.16e or LTE. (2)Ability to operate in multiple frequency bands. (3)Mature Graphical User Interface (GUI). (4)Ability to operate in time division duplex (TDD) / frequency division duplex (FDD) modes. b.Internet Protocol Multimedia Subsystem (IMS) Core Network Functions. (1)Call Session Control Functions (CSCF). (2)Application/media servers. (3)Distributed Authentication, Authorization and Accounting (AAA) functions. (4)Capable of NSA Suite B security and mobile applications. c.Mobile End User Devices (EUD). (1)Multi-technology devices that are capable of: i.802.16e or LTE, and ii.CDMA, GSM, or UMTS, and iii.WiFi, and iv.GPS. (2)EUDs can include "smartphones", laptop dongles, sleeves, or "handhelds". (3)Capable of NSA Suite B security and mobile applications. (4)Not "locked" to a commercial carrier. d.Mobile broadband wireless security solutions with a clear roadmap to NSA Suite B certification. e.Gateway that interfaces multiple waveform technologies to the Internet Protocol (IP) (802.11, Local Area Networks (LAN), tactical radio, etc.). f.Part of the US industrial base per Defense Federal Acquisition Regulation Supplement (DFARS) 225. 3.AWN-T secondary areas of interest. These areas are important to the AWN-T project and are additional capabilities to the key areas of interest (as applicable) to consider a vendor system for inclusion in the project. a.Weight. b.Cost. c.Simple Network Management Protocol (SNMP) version 3 enabled. d.Capable of quality of service (QoS) for types of service (ToS) per user in accordance with the Global Information Grid Technical Profile 0009 (GTP009). e.User mobility (inter-base station handover). f.Multicast. g.Push to talk over cellular. h.Internet Protocol version 6 (IPv6). 4.Key Events: Selected vendors will be invited to provide equipment and personnel to support the following: a.Abbreviated vendor evaluation at CDID-ED to verify capabilities of vendor proposed technologies: 14 Mar - 1 Apr 2011. b.AWN-T Technical Conference (TECHCON): 12 - 13 Apr 2011. c.Field assessment to integrate commercial technologies with tactical systems in an operational environment: 25 Apr - 6 May 2011. d.Participation of selected vendors and DOD agencies at Aberdeen Proving Ground (APG) in JUICE 11 / DICE 11-03: 6 - 24 Jun 2011. 5. White Paper Submissions: The following organizations may submit white papers: colleges and universities, non-profit research institutions, commercial firms, small business, small disadvantaged business concerns, historically black colleges and universities, and minority business enterprises and institutions. 6. White Paper Requirements: White papers will be evaluated against the criteria spelled out in section 6c below. Preference will be given to submissions which demonstrate a mature technology solution through prior integration with tactical systems and the ability to address key and secondary areas of interest. White papers will be the sole criteria used to determine those vendors that will be invited to the CDID-ED to demonstrate their capabilities and participate in the key events. a.Vendors may respond to one or more of the topics listed in section two (2) and three (3) in a single whitepaper with a discrete description of each area of interest addressed. b. FORMAT: The white paper should be a maximum of 5 pages in length, including figures, charts, and tables. It should be single-sided, single line spaced, utilize one (1) inch margins and utilize Times New Roman 12 pitch font. The cover page shall be excluded from the page count and shall be marked with the BAA number, any required security markings, and the submitter's Commercial and Government Entity (CAGE) Number. Submitters should mark their white paper with a protective legend IAW FAR 52.215-1(e). All White papers must be unclassified. The white paper shall be prepared in Microsoft Word or Adobe PDF electronic file format. The document must be print-capable and not password protected. White papers submitted via email must not exceed 5MB. White papers longer than 5 pages will be rejected. c.Based on the areas of interest, the following topics (as appropriate) should be addressed in the white paper: (1)A high level description of the capability to be discussed including: i.Hardware description. 1)Quantity / per unit cost / per bundle cost. 2)Physical interfaces. 3)Expected performance parameters. 4)Documentation/manuals/specifications/etc. 5)Information Assurance status and/or Certifications. 6)Size, weight, and power (SWaP). 7)Antenna information. 8)Frequency Bands. ii.Software description. 1)Operating system. 2)Platform. 3)Software interfaces. 4)Base Station Controller. 5)Information Assurance and/or Certifications. 6)Compatibility with existing commercial protocols. 7)Interoperability with commercial protocols. 8)Application Programming Interface (API). 9)Portability of software solutions. 10)Documentation/manuals/specifications/etc. 11)How will the discrete technology delivered under this topic be sufficiently innovative and flexible to be able to be integrated with other technologies or into other Command and Control (C2) systems? iii.Functionality provided by the capability. iv.Operational Architecture View (OV-1) depiction. v.Means to provide for Secure Operations. vi.Descriptions of a strategy to cost effectively procure base stations and end user devices to operate in military spectrum. vii.Technology Readiness Level (TRL). All responders must state the TRL of their technology (see attachment 1 for a definition of levels). 7. Notification: Selected vendors will be notified telephonically by 1700 EST 28 Feb 2011 and given follow-on instructions via email. Not all submitters will be invited to brief or demonstrate their capabilities to the CDID-ED or participate in all key events. 8. Vendor Participation: Vendors are not required to provide a turnkey solution for all areas of interest. Niche systems that provide a critical capability in the key areas of interest will be considered. Vendors will be required to support the AWN-T events at their own cost, including commercial spectrum authorization (if applicable) for the field-based assessment events. 9. DOD Participation: The Army Capabilities Integration Center (ARCIC), Joint Systems Integration Center (JSIC), Product Manager Command Post Systems and Integration (PdM CPS&I) and Georgia Tech Research Institute will be participating with the CDID-ED in this effort. Other DoD organizations that will be invited to observe and support the AWN-T project include CERDEC, PEO C3T SPO, PM WIN-T, FFID and SPAWARSYSCEN-ATL. 10. This notice does not obligate the Government to award a contract or otherwise pay for the preparation or information provided in the white papers. The Government reserves the right to use information provided by respondents for any legal purpose deemed necessary. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed; the information provided will be used to assess the respondent's ability to address the capabilities called for in this BAA. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. THIS IS NOT AN ANNOUNCEMENT OF AN ACQUISITION SOLICITATION. 11. Evaluation Panel: All properly submitted white papers and proposals that conform to the BAA requirements will be evaluated by a peer or scientific review panel comprised of government technical experts drawn from staff within CDID-ED and other Federal agencies. All government personnel are bound by public law to protect proprietary information. 12. The Government may use selected support contractor personnel to provide administrative assistance to federal employees regarding all aspects of any actions ensuing from this announcement, including supporting federal employees involved in the evaluation of white papers and subsequent proposals. However federal employees will be responsible for actual reviews and evaluations. These support contractors will be bound by appropriate non-disclosure agreements to protect proprietary and source-selection information and are not be permitted to release any source-selection information to third parties, including others in their organization. By submission of a White Paper and/or subsequent Proposal, offerors are hereby consenting access to financial, confidential, proprietary, and/or trade secret markings in the White Paper and/or subsequent Proposal to support contractor personnel 13. POINT OF CONTACT: ALL SUBMISSIONS AND ANY QUESTIONS ON THE OBJECTIVES OR PREPARATION OF THE WHITE PAPER SHOULD BE ADDRESSED TO Mr. TONY SAMPEDRO, 1233 WASHINGTON STREET SUITE 1000, COLUMBIA SC 29201, (803)929-6069, Email to: sampedra@ctc.com. Only questions pertaining to the BAA electronic posting are to be directed to Ms. Kelly Haukaas, Fort Gordon GA, Kelly.Haukaas@us.army.mil (706)791-1825. BE SURE TO DOWNLOAD ATTACHED FILE FOR ADDITIONAL DATA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bd46f5d6698af96c02156d75330df62c)
 
Record
SN02369128-W 20110130/110128234352-bd46f5d6698af96c02156d75330df62c (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.