Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2015 FBO #4968
SOURCES SOUGHT

D -- REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT (SS) NOTICE

Notice Date
6/29/2015
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division A, 6001 COMBAT DRIVE, Aberdeen Proving Ground, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGU15RA313
 
Response Due
7/31/2015
 
Archive Date
8/30/2015
 
Point of Contact
Melissa Bettinger, 443 861 4616
 
E-Mail Address
ACC-APG - Aberdeen Division A
(melissa.a.bettinger.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION U.S. Army Communications-Electronics Research, Development and Engineering Center (CERDEC), Space & Terrestrial Communications Directorate, supporting U.S. Special Operations Command (USSOCOM) SOF AT&L PEO C4 is interested in identifying new technologies and/or off-the-shelf products that are capable of providing a low profile broadband SATCOM OTM (SOTM) terminal meeting performance requirements, reduced Size, Weight, and Power (SWaP) requirements and recurring operational costs. A specific goal is to identify lightweight, low profile and capable SOTM antenna terminals, which can be easily integrated on a multitude of platforms and that can be operational in less than fifteen minutes as delineated in the Detailed Requirements below. These terminals should be lightweight and low profile; these antenna systems should maintain performance at all scan angles. An SOTM terminal with sufficient data rate capability (512 Kbps full duplex) or higher is required throughout the battlespace to support mission applications and services. Candidate's terminals should maintain performance at all look angles. Data rate capacity should be sufficient to support services such as VoIP, VTC, Full Motion Video (FMV), etc. at all operational elevation and look angles. The frequency band ranges of interest are the following X (commercial and military), Ku, K/Ka (commercial and military). BACKGROUND USSOCOM mission operations require a robust situational awareness capability and reliable communications. Systems capable of transporting FMV, Command Control Intelligence and Surveillance data are necessary elements during these operations. For tactical elements, an all-weather and all-environmental conditions SOTM terminal capability is essential to fulfilling that demand. Besides performance and all weather capable solutions, factors such as SWaP of the sought after terminals is an important consideration given the range of field conditions and diverse network architecture that USSOCOM may utilize during operations. Additionally, SOTM terminal solutions shall be capable of being powered by worldwide AC power as well as DC vehicular power as specified in the Detailed Requirements below. USSOCOM has utilized commercial Ku Band and Wideband Global Satellite (WGS), X (commercial and military) and Ka bands (military) to date. COTM solutions supporting Ka Band (both commercial/military), as well as X Band for all weather-reliable communications are of interest. USSOCOM terminals require WGS certification and commercial licensing as applicable. SCOPE The scope of this effort; USSOCOM seeks to identify current and potentially near term fieldable, lightweight, low profile, COTM terminals that can provide high throughput solutions primarily in Ka band (both commercial/military). USSOCOM is also interested in COTM solutions for Ku band (commercial) and X band (both commercial/military). Lightweight, low profile, and low cost terminals that can maintain desired performance are of interest but not limited to. Candidate's COTM terminals that are capable of meeting the following minimum requirements in each of the identified frequency bands are desirable: GENERAL REQUIREMENTS One or Multiple operational environments: Maritime, Ground-Mobile Optimize SWaP and Non-Invasive Vehicle/Platform Integration Candidate SOTM terminals must be able to auto acquire with a possibility to override for manual operation and manual acquisition with assisted pointing. Single Band, Single Beam terminals are sought. Multi-Band, Single-Beam beam capable terminals are desired. The desired SOTM terminals shall be turnkey solutions with emphasis on modularity; feeds and/or X, Ku, K/Ka terminal components (e.g. modems) should be easily swappable. Terminals with any embedded GPS capability shall be SAASM compliant All terminals shall provide an external port supporting connection of an external SAASM compliant device. Terminals shall have an IRU meeting minimum performance requirements as specified in the DETAILED REQUIREMENTS table below. Terminals shall have a modem and ACU console port allowing for operations, monitoring, and maintenance of the terminal. Shall support UDP/TCP data streaming. Must be able to operate in an Ethernet over IP (EoIP) environment. Candidate terminals should have an embedded modem. Candidate terminal solutions shall be modem agnostic (whether they provide an embedded/integrated modem or not), by providing external IF and Control and Status (C/S) interfaces for use with an external modem. Current requirement is for terminals to operate in the existing USSOCOM iDirect architecture. Terminals with internal modems shall be provisioned with iDirect 850MP minimum IDX 2.3.1 or newer. Candidate terminals shall be designed to an open terminal architecture providing the flexibility to change modem cards if necessary in the future to support emerging mission and user requirements. Candidate's SOTM terminal shall be capable of meeting all WGS certification requirements and/or FCC/ITU licensing requirements. USSOCOM's terminals require a fully prepared DD1494 (Application For Equipment Frequency Allocation) for meeting worldwide use. Candidate's terminals shall be easily transportable, deployable, portable and re-packable. Candidate's terminals must be capable of operating on worldwide AC power as well as DC vehicle power; commercial and military. It is expected this terminal shall operate primarily on vehicle power. Candidate's terminals Graphical User Interface (GUI) should be HTML allowing use of any external laptop or peripheral device with an industry standard browser installed. In addition to HTML based GUI capability the Candidate terminals shall include an external handheld controller or quote mark jog box quote mark as an alternate terminal control device Candidate's terminals must be able to meet Mil-Std environmental and safety standards. Candidate terminals must be able to fulfill, as proven through a link budget submission, a throughput rate of 512 Kbps full duplex at all frequency bands and operational elevation angles using WGS allocated satellite and Carrier parameters as given in the table below. For Ku band satellites, respondents must provide the equivalent satellite input parameters used in their link budget calculations for verification. Calculated Link budgets shall provide information on Satellite Occupied Bandwidth and power equivalent bandwidth used. Satellite Input Parameters Ka Band Value X Band Value Units Satellite longitude135W135Wdegrees Transponder typeTWTATWTA Receive G/T10.78.7dB/K Saturation flux density-104-102.3dBW/m2 Satellite attenuator pad88dB Satellite ALC00dB EIRP (saturation) EIRP (Allocated per 2.6 MHz)57 4063.1 40dBW dBW Transponder bandwidth125125MHz Input back off total7.57.5dB Output back off total3.53.5dB Intermodulation interference16.516.5dB Carrier/Link Input Parameters Value Value Units ModulationBPSKBPSK Required bit error rate performance10^-810^-8 Required Eb/No with FEC coding3.93.9dB Information rate512512Kbps FEC code rate.5.5 Bandwidth allocation step size2.62.6MHz DETAILED REQUIREMENTS ItemCapabilityUSSOCOM SOTM V1 1.0Setupv1 Thresholdv1 Objective 1.1MountingNon InvasiveT=O 1.2Assembly less than 15 minutesO less than T 1.3Antenna (Lock) for Acquisition time at cold start and warm startThe SOTM terminal from cold start shall acquire and lock onto a new satellite beacon in less than 5 minutes from cold start less than 5 seconds, warm start on-the-move or at-the-halt: GPS, inertial systems and tracking receiver have been initialized and are in an operational status. T=O 1.4 Antenna (Lock) for re-acquisition SOTM terminal when powered up (After initial acquisition) shall be able to acquire a new/different satellite in less than 45 seconds SOTM terminal shall have the capability to remain pointed at the satellite following blockage events of 20 seconds duration or less. SOTM terminal shall have the capability to reacquire the satellite within 5 seconds 1.5PointingElevation, 0 to 100 degrees; Azimuth, 360 degrees continuousT=O 2.0Trackingv1 Thresholdv1 Objective 2.1PointingLess than less than 1.0dB, under Churchville B or Perryman conditions when mounted on a HMMWV T=O 2.2VelocityElevation 200 degrees/sec Azimuth 300 degrees/sec Polarization 300 degrees/secAll Axes greater than =500 degrees/sec 2.3AccelerationAll Axes 500 degrees/sec^2All Axes greater than =1000 degrees/sec^2 3.0Frequency Bandsv1 Thresholdv1 Objective 3.1MILSAT and CommercialMilitary (X or K/Ka), or Commercial (X, Ka) or Commercial ( Ku) (Single band system) Multiple Bands, Commercial (Ku), Commercial X, K/Ka, and Military (X and K/Ka) 3.2X-bandTx: 7.9 - 8.4 GHz Rx: 7.25 - 7.75 GHzT=O 3.3K/Ka-band MilitaryTx: 30 - 31 GHz Rx: 20.2 - 21.2 GHzT=O 3.4K/Ka-band CommercialTx: 26.5-30.0 GHz Rx: 19.2 - 20.2 GHzT=O 3.5Ku-bandTx: 13.75 - 14.5 GHz Rx: 10.95 - 12.75 GHzTx: 12.75 - 14.5 GHz Rx: 10.7 - 12.75 GHz 4.0TX EIRP Performancev1 Thresholdv1 Objective 4.1X EIRP (dBW)42O greater than T 4.2Ka EIRP (dBW)47O greater than T 4.3Ku EIRP (dBW)44O greater than T 5.0Rx G/T Performancev1 Thresholdv1 Objective 5.1X G/T (dB/K)5 @ 10 degreesO greater than T 5.2K G/T (dB/K)10 @ 10 degreesO greater than T 5.3Ku G/T (dB/K)7 @ 10 degreesO greater than T 6.0Throughput Any bandv1 Thresholdv1 Objective 6.1Tx Rate512 Kbps greater than 1Mbps 6.2Rx Rate512 Kbps greater than 1Mbps 7.0Polarizationv1 Thresholdv1 Objective 7.1KuTx: H/V Rx: H/V cross pole isolation greater than - 30 dBT=O 7.2KaTx: RHCP/LHCP Rx: RHCP/LHCP AR Tx: 1.0 dB, RX: 1.5 dBT=O 7.3XTx: RHCP/LHCP Rx RHCP/LHCP AR Tx: 2.0 dB, Rx: 1.5 dBT=O 8.0Certificationsv1 Thresholdv1 Objective 8.1Commercial KuAll applicable sections of 47 CFR Part 25, Access to INTELSAT, EUTELSAT, SES New Skies, INMARSAT shall be assuredsee section 3.5 Objective frequency range 8.2Commercial KaAll applicable sections of 47 CFR Part 25, Access to INTELSAT, EUTELSAT, SES New Skies, INMARSAT shall be assuredT=O, but adds medium orbit satellites 8.3MILSATCOM (X/Ka)DISA/ARSTRAT certifiableDISA/ARSTRAT certified 8.4Modem DISA/ARSTRAT certifiableDISA/ARSTRAT certified 9.0Portability and Transportabilityv1 Thresholdv1 Objective 9.1Portability 3 Cases, two person lift (MIL STD 1472) Single Band 4 Cases, two person lift (MIL STD 1472) Multi-Band 2 Cases, two person lift (MIL STD 1472) Single Band 3 Cases, two person lift (MIL STD 1472) Multi-Band 9.2TransportabilityPalletize: 463L / ISU (60/90) Commercial Air Freight Shipment Airline Checkable 10.0Powerv1 Thresholdv1 Objective 10.1InputPrimary: 10 - 48 volt DC (Must run on vehicle power) 10 - 48 volt DC 96 - 264 VAC auto sensing 40-400 Hz 10.2Power drawContinuous (SOCOM to add) Peak 11.0Weightv1 Thresholdv1 Objective 11.1System weight comprised of SATCOM terminal, internal modem, cables and transit cases 150 lbs. for single band solution 200 lbs. for multiband solutions. 100lbs for single band 150lbs for multiband 12.0Environmentalv1 Thresholdv1 Objective 12.1Operational TemperatureObjective requirement is preferred.The equipment, in its operational configuration, shall withstand temperatures of -40 oC to + 51 oC with solar radiation at the rate of 360 British Thermal Units (BTUs) per square foot per hour (+71oC test temperature) IAW the requirements of MIL-STD-810G, Methods 501.6, 502.6 and 505.6. 12.2Operational HumidityObjective requirement is preferred.The equipment, in its operational configuration, shall withstand humidity testing when subjected to the test of MIL-STD-810G, Method 507.6, Cycle B2. 12.3Transportation ShockObjective requirement is preferred.The equipment, in its transit configuration, shall withstand Shock testing IAW MIL-STD-810G, Method 516.7, Procedure II. 12.4Transportation VibrationObjective requirement is preferred.The equipment, in its transport configuration, shall withstand vibration testing per MIL-STD-810G Method 514.7 Procedure II Categories 7, 8, and 9, (jet, propeller and helicopter aircraft) with an exposure duration of 6 hours. The system, in its transport configuration, shall withstand shipboard vibration testing per International Organization for Standardization (ISO) 10055 Table 1 Category 1. The system, in its transport and vehicular operational configurations, shall withstand vibration testing per MIL-STD-810G Method 514.7 Procedure III, Category 20 (Ground Vehicles), with exposure duration of 5 cycles around the courses. 12.5RainObjective requirement is preferred.The equipment, in its operational configuration, shall demonstrate No water leakage in driving rain up to 40 miles/hour IAW MIL-STD-810G, Method 506.6, Procedure II. 12.6WindObjective requirement is preferred.The equipment, in its operational configuration, shall withstand sustained wind speeds up to 60 mph and wind gusts up to 100 mph * Note: minimum performance requirements at all supported frequencies, at any look angle, across all operating temperatures, and including radome losses (if radome included) DATA SUBMISSION REQUIREMENTS CERDEC STCD request industry to provide the following, but not limited to: General Statement of interest. Description of qualification: demonstrated products, projects, and applicable experience. State whether your current experience is in design, development or production of On-the-move (OTM) terminals. Description of experience in deploying and supporting fielded SATCOM OTM systems. SOTM Terminals Complete description of any existing products that meet the requirements of this RFI oInformation demonstrating candidate's terminals TRL. oProduction capability, lead times, and delivery schedule oCost per unit, for 10 and 100 units oData detailing how each candidate's terminal approaches, satisfies or exceeds ALL GENERAL REQUIREMENTS and threshold requirements delineated in the DETAILED REQUIREMENTS described above. oInformation pertaining to existing pre-planned product improvement programs that will lead to full compliance with all objective requirements delineated in the DETAILED REQUIREMENTS described above. oLink budget for X and Ka candidate terminals using the allocated satellite parameters provided in the Satellite Parameter Input table above. For Ku Band candidate terminals the link budget must identify the satellite and satellite allocated parameters used to calculate the Link Budget. Complete description of candidate's developmental terminals and technologies (SATCOM terminals) that are TRL 5 or higher. oInformation demonstrating candidate's terminals current TRL oProduction capability, lead times, and delivery schedule oCost per unit, for 10 and 100 units oData detailing how each candidate terminal will satisfy or exceeds ALL GENERAL REQUIREMENTS and objective requirements delineated in the DETAILED REQUIREMENTS described above. oNotional Link budgets using the allocated satellite parameters defined in the Satellite parameters Input Table above for X and Ka Band terminals. For Ku Band candidate terminals the link budget must identify the satellite and satellite allocated parameters used to calculate the Link Budget. Information on techniques used to perform control and operational functions associated with SATCOM operations. Evaluation and administration by federal and non - federal personnel Government civil servant employees are subject to the non - disclosure obligations of a felony criminal statute, the Trade Secrets Act, 18 USC 1905. The Government may seek the advice of qualified non - Federal personnel. The Government may also use non - Federal personnel to conduct routine, nondiscretionary administrative activities. The respondents, by submitting its response, consent to the government providing their response to non - Federal parties. Non - Federal parties given access to responses must be subject to an appropriate obligation of confidentiality prior to being given the access. Submissions may be reviewed by support contractors and private consultants. For any clarifications or questions regarding reference documents or RFI, contact POC. The information received will not obligate the Government in any manner nor will the Government reimburse contractors for any costs associated with submittal of the requested information. This request does not constitute an Invitation for Bid or a Request for Proposal Responses to this RFI/SS. Responses are due no later than 31 JULY 2015, 0700hrs Eastern Standard Time (EST). Respondents should identify their company's name, address, telephone number, point of contact, and whether they are a large or small business. Proprietary information should be clearly marked. All submissions shall be sent via e-mail. The electronic format may be in Adobe Acrobat Portable Document Format (PDF) or compatible with Microsoft Office suite of software. The RFI response shall not exceed 30 pages. Responses shall be delivered in electronic format to the following addresses: Martin Ortiz (443) 395-9226 Martin.r.ortiz2.civ@mail.mil Melissa Bettinger Contract Specialist (443) 861-4616 Melissa.a.bettinger@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5d384914d3d65d6ff7b587e8a7182e98)
 
Place of Performance
Address: ACC-APG - Aberdeen Division A 6001 COMBAT DRIVE, Aberdeen Proving Ground MD
Zip Code: 21005-1846
 
Record
SN03780071-W 20150701/150629235351-5d384914d3d65d6ff7b587e8a7182e98 (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.