SPECIAL NOTICE
70 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/INDUSTRY DAY - CAC2S VOICE NETWORK SOLUTIONS - CONTROLLED DOCUMENTS
- Notice Date
- 9/7/2017
- Notice Type
- Special Notice
- NAICS
- 517911
— Telecommunications Resellers
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016417SNC37
- Archive Date
- 10/31/2017
- Point of Contact
- Amber Branstetter, Phone: 812-854-6306
- E-Mail Address
-
amber.branstetter@navy.mil
(amber.branstetter@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-17-S-NC37 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/INDUSTRY DAY - CAC2S VOICE NETWORK SOLUTIONS - FSC 70XX - NAICS 517911 Issue Date: 8 SEP 2017 - Closing Date: 16 OCT 2017 Naval Surface Warfare Center, Crane Division is issuing this RFI/Sources Sought as part of its market research for Common Aviation Command and Control System (CAC2S) program. The CAC2S program is exploring potential hardware and software solutions to replace the aging voice communications system and overcome obsolescence issues. The CAC2S voice communications take place over the voice and radio Virtual Local Area Networks (VLANs) of a dedicated IP network that is logically and physically isolated from the CAC2S data network (and from the Secret Internet Protocol Router Network (SIPRNET)). The CAC2S voice network is a scalable, configurable Voice Over Internet Protocol (VoIP) communications system that can support a wide range of communications needs. Refer to Annex A for a depiction of the current CAC2S configuration. The top portion of Annex A is a physical architectural representation of the AN/MRQ-13 Communications System (CS) vehicle utilized in CAC2S. Each CS consists of two 24 port Cisco 3650 network switches, 2 Digital Switching Units (DSU), Keyboard Video Mouse (KVM), and multiple Radio Terminals. The bottom portion of Annex A represents a basic CAC2S Operation Facility (OPFAC) architecture. Each workstation consists of a laptop and Universal Serial Bus Audio Adapter (UAA). The laptop provides the network interface for the Voice Terminal Workstations (Panasonic Toughbooks), and the UAA integrates connections of Foot Switches, Push to Talk (PTT), and headsets. The DSU and workstations currently run on proprietary, Government-Owned software to handle voice network functions to include remote radio access and control, PT/CT transmission. High level performance requirements of the Voice Network System include: •It must provide integrated intercom, radio, audio conferencing and plain old telephone service (POTS) communications to all users through a single user interface. •The system must provide radio interface capabilities, meaning that it must permit remote access and control of radio from an OPFAC workstation. •The voice network controls at workstations must provide user interfaces for joining and/or monitoring radio nets and intercom. A typical OPFAC contains 16 workstations. •It must interface with and control these military radios: oAN/PRC-117F oAN/PRC-117G oAN/PRC-150 oAN/PRC-148 oAN/PRC-158 (planned future implementation acceptable) •It must enable initiation of and answering of intra-CAC2S intercom and telecom calls, and must enable telecom and intercom conference calls. •The system must be able to support development of new interfaces/driver packages/software for new radio variants Requested information can be answered in Annex B. A white paper is also requested. Vendors should use the white paper to describe system capabilities, expound upon any questionnaire topics with additional detail, describe features offered by their system that are not covered in the above questions, and provide any supporting documentation necessary. Response Format: Interested firms who believe they are capable of providing a voice network solution as described above are invited to express their interest by responding to the Required Information in this RFI by filling out a questionnaire in Annex B, and accompanying it with a white paper in Microsoft Word for Office 2007 compatible format. RFI responses are limited to a 15 page white paper including cover and administrative pages and shall be delivered using 10 point font or larger; each question response in Annex B is limited to 200 words or less for questions 1-23, and 800 words or less for each questions 24-29. Please be advised that any vendor proprietary information must be marked as such on a page by page basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis. Industry partners are to respond to this RFI no later than 16 OCTOBER 2017, 1800 EST via e-mail to amber.branstetter@navy.mil. The Department of Defense may hold an Industry Day at a later date for vendors to demonstrate their product. This will be by invitation based upon the white paper responses to the Requested Information. Additionally, please address your willingness to participate in an event where you could potential integrate your equipment for testing and demonstration at no cost to the Government. AT THIS TIME THERE IS NO FUNDING IS AVAILABLE TO THE VENDORS FOR ANY INDUSTRY DAY EVENTS. During the demonstration, the vendor will be asked additional questions that relate to a CAC2S system requirement or focus area. Invitation to the Industry Day or test event is NOT intended as an indication of only one responsible source. These invitations will NOT preclude any capable offeror from proposing on a future competitive acquisition. The Requiring Technical Activity performed a market survey in March of 2017 with similar Requested Information listed above. If the interested vendor responded to that survey, be aware the questionnaire has changed. This RFI is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR). This announcement does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Responses to this notice cannot be accepted as offers and the Government will not accept any unsolicited proposals. The U. S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement or any future invitation. Any costs incurred by interested companies in response to this announcement or future event will NOT be reimbursed. Nothing in this announcement constitutes an obligation on the part of the U.S. Government, nor is the Government tasking any offeror to develop any technologies described herein. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments: Annex A, B and C. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. The controlled attachments will be posted to FedBizOps at the same time the solicitation is posted. FedBizOps may be accessed at http://www.fbo.gov. Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Office POC: Ms. Amber Branstetter, Code 0233, amber.branstetter@navy.mil or 812-854-6306. Questions shall not contain proprietary or classified information and must be submitted by 10 OCTOBER 2017. Please reference announcement number N00164-17-S-NC37 in all correspondence and communications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNC37/listing.html)
- Record
- SN04665964-W 20170909/170907232059-ae1871a969d765fe16ae5dd684e80895 (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 |