Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2015 FBO #5129
MODIFICATION

58 -- Market Survey for Request for Information (RFI) in support of Software Defined Radio Software Interoperability, Operation and Sustainment

Notice Date
12/7/2015
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG - Aberdeen Division B, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T16R0007
 
Point of Contact
Michael M. Gomes, Phone: 4438614967
 
E-Mail Address
michael.m.gomes.civ@mail.mil
(michael.m.gomes.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 Purpose The purpose of this Request for Information (RFI) is to gain knowledge of and help the Government understand vendor interest in providing software lifecycle support for the Department of Army (DA) Software Defined Radio (SDR) marketplace. This market survey is also to understand vendor interest and insights in maintaining SDR network interoperability in this marketplace that includes SDR terminals developed under government development contracts and industry innovation through internal investments. Information gathered from this survey will assist the Government in determining the acquisition strategy for SDR networking software in various phases of the product lifecycle (e.g. development - SDR integration - testing - fielding - sustainment). The Government's intent is to enable a mature SDR networking marketplace based on the most enhanced, operationally relevant, and sustainable tactical waveforms, Radio Frequency (RF) network services, and RF network management software available. The Government is currently contemplating a Multiple Award - Indefinite-Delivery Indefinite-Quantity (MA-IDIQ) contract with a base ordering period of five (5) years and an optional ordering period of five (5) years. The information provided and received in response to this announcement is subject to the conditions set forth in FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes. 2.0 Background The Product Manager Waveforms (PdM WF) office is a critical piece of the Program Executive Office Command Control Communications-Tactical (PEO C3T) Project Manager Tactical Radios (PM TR) system portfolio focused on the delivery and sustainment of the lower and middle tier tactical RF networks for the DA. In order to enable and maintain network interoperability for tactical RF networks, PdM WF implemented a dual acquisition strategy that included government laboratories focused on SDR network management and terminal testing/certification in parallel with acquiring industry support in the development and sustainment for SDR network software products and services (e.g. Software In-Service Sustainment or SwISS). For Mobile User Objective System (MUOS) interoperability, PdM WF coordinates with the Navy's MUOS program office on SDR network and terminal testing/certification. PdM WF is investigating the optimum strategy to synchronize the fielding of enhanced or new tactical waveforms across all of the PM TR portfolio of SDRs. This effort is currently being performed on contract N65236-11-D-4806 by GENERAL DYNAMICS C4 SYSTEMS INC. and on contract N66001-12-D-0043 by HARRIS CORPORATION. Contract N65236-11-D-4806 with a maximum value of $64,590,431.00 with an ordering period of 19NOV2010 - 19SEP2016. Contract N66001-12-D-0043 with a maximum value of $25,829,777.00 with an ordering period of 30APR2012 - 29APR2017. 3.0 Requested Information Interested vendors are invited to submit their prospective approach to include a description of the required software/hardware to meet the requirements listed in this section (3.0). Additionally, each vendor should provide a list of anticipated challenges (e.g. data right restrictions, intellectual property restrictions) and their prospective approach in assisting the Government in maintaining SDR network interoperability. Include corporate experiences, validation and/or verification data to allow for the Government to assess the maturity of any included technology, methodologies or processes. RFI anticipated requirements include: (1) Maintain SDR networking waveforms (Soldier Radio Waveform-SRW, Wideband Networking Waveform-WNW, MUOS, Single Channel Ground and Airborne Radio System-SINCGARS, Ultra High Frequency Satellite Communication-UHF SATCOM) post Initial Operational Capability in a streamlined manner that allows for individual system Engineering Change Proposals and industry innovation but allows the Government to affordably manage SDR terminal interoperability (2) Enhance SDR networks (networking and legacy), network services (e.g. Enterprise-Over The Air Management-OTAM) and network management software tools (e.g. Joint Enterprise Network Manager-JENM) in a manner that allows the government to distribute SDR network changes to other SDR terminal vendors to maintain terminal interoperability (3) Introduction of new capabilities on existing SDR networks, network services and network management software tools synchronized across all PM TR SDR terminals. (e.g. SRW Narrowband, Coalition Wideband Networking Waveform) (4) Support a robust SDR marketplace by (i) ensuring sufficient government data rights and configuration control of SDR network waveforms, network services and network management software and associated development tools, (ii) developing software and design artifacts to maximize portability (including the Software Communication Architecture and Application Programmable Interfaces), (iii) supporting a common development environment(s) that is readily available to the DA SDR Industry, and (iv) delivery of all artifacts to the Joint Tactical Networking Center (JTNC) Information Repository (IR) (5) Adhere to a streamlined approach to meeting National Security Agency Information Assurance requirements and DA Risk Management Framework security requirements (6) Ensure rigorous technology protection practices are adhered to during all phases of the product life-cycle. (7) Support government configuration management of SDR networks, network services and network management software tools in an effective and efficient manner. 4.0 Submission Instructions and Format Responses shall not be above the level of Unclassified//For Official Use Only (FOUO). Interested vendors are invited to respond to this market survey by providing information in the following format: (1) Name, address, and Cage Code of applicant/company (Corporate/Principal Office) (2) Name, telephone number, and e-mail address of point of contact (3) Label the cover page clearly with RFI title: "Software Defined Radio Software Interoperability, Operation and Sustainment Acquisition Strategy." (4) Responses to this RFI shall be in Adobe Portable Document Format (PDF) format (1-inch margins and 12 point Arial or Times New Roman font). All documents shall be submitted by email to the POC (included in Section 3.0) no later than 10:00 AM EST on 18 December 2015. (5) Limit response to 20 pages, to include cover page and table of contents Interested vendors should ensure that they address the following in their response: (1) Summarized approach of how to solve the anticipated requirements listed in paragraph 3.0. (2) Comment on the Government's consideration of a MA-IDIQ contract vehicle. (3) Suggested contract type (Cost-Plus-Fixed-Fee (CPFF), Cost-Plus-Incentive-Fee (CPIF), Fixed-Price-Incentive-Firm (FPIF), Firm-Fixed-Price (FFP), etc.) and rationale for each of the anticipated requirement listed in paragraph 3.0. (4) Suggested Government Furnished Information (GFI) and/or Government Furnished Property (GFP) needed, if applicable. (5) Any timeline recommendations (suggested period of performance, time from release of Request for Proposals (RFP) to proposal submission, etc.) This is not a request for proposals. PdM Waveforms is only seeking sources through market research at this time to determine industry interest in participating in software operation and sustainment for the DA SDR marketplace. The Government does not make any promise or guarantee that by submitting a response to this RFI that the vendor will be selected to participate. The Government will respect proprietary markings submitted for this market survey. The Government requests that vendors segregate and mark proprietary documents. The Government will provide the vendor with an acknowledgement of receipt of its response to this RFI. The Government will not pay for any materials provided in response to this market survey or any follow-up information requests. Submittals will not be returned to the sender. If a vendor is interested in participating in this RFI but is not able to meet the submission parameters as stated below (section 5.0), please contact the POC for further guidance. The Government intends to use contractor support in its review of RFI responses. Respondents that wish to execute Proprietary Data Protection Agreements (PDPA) and/or Non-Disclosure Agreements working this RFI must contact the POC and conclude agreements prior to the deadline for submission. All questions and submissions regarding these anticipated requirements should be addressed to the Government Point of Contact (POC): Michael Gomes Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Phone: 443-861-4967 Email: Michael.m.gomes.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8aa4908a442f2f3b6cbba69e675b02c3)
 
Record
SN03963457-W 20151209/151207235356-8aa4908a442f2f3b6cbba69e675b02c3 (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.