SOURCES SOUGHT
58 -- Wired End User Device - RFI - Wired Auto Network Telephone
- Notice Date
- 10/27/2017
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
- ZIP Code
- 22134
- Solicitation Number
- M67854-18-I-2025
- Archive Date
- 12/15/2017
- Point of Contact
- Cori Kirkbride, Phone: 7034328740, Jude James O. Rubrico, Phone: 7034328729
- E-Mail Address
-
cori.kirkbride@usmc.mil, judejames.rubrico@usmc.mil
(cori.kirkbride@usmc.mil, judejames.rubrico@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION M67854-18-I-2025 Marine Corps Systems Command (MARCORSYSCOM), Marine Air Ground Task Force (MAGTF) Command Element Systems (CES), Command and Control Systems (C2S), Tactical Networks (TACNET) 1.0 INTRODUCTION 1.1 MARCORSYSCOM is seeking information regarding handheld wired communication devices. The Marine Corps seeks a discussion on the feasibility of these capabilities to meet Marine Corps operational requirements and the technical efforts and time required to mature the technology readiness of these devices to a level sufficient for fielding. Potential offerors are encouraged to respond in reference to one or more solutions that include a handheld wired communication device. The purpose of this request for information (RFI) is for the Marine Corps to learn more about available handheld technology for use in wired tactical communications. 1.2 THIS IS A REQUEST FOR INFORMATION. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposals (RFP). This request for information does not commit the Government to contract for any supply or service. The Government does not intend either to award a contract based on this RFI or to pay for the information submitted. This RFI is intended solely for informational and planning purposes as a part of Marine Corps market research. No solicitation, statement of work, specification, or requirements package exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure handheld devices or to issue a solicitation. Responses to this notice cannot be accepted as offers. Vendors are advised that the Government will not pay for any information or pay administrative costs vendors may incur in responding to this RFI; all costs associated with responding to this RFI will be borne solely by the responding interested party. Any information that the vendor considers proprietary should be clearly marked as such. Clearly marked responses to this RFI indicating that information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only. This information may be viewed by programmatic support contractors as outlined in paragraph 5.2. The information provided in this RFI is notional and may change. The Government is under no obligation to revise any aspect of this RFI should any information provided herein change. The Government will provide any additional information and issue any additional request for information at its sole discretion. 2.0 BACKGROUND 2.1 The rapid integration of emerging technologies into Marine Corps program of record (POR) systems has dramatically changed the nature of how Marine Commanders execute command and control (C2) and how individual Marines communicate. The implementation of advancements in technology have compelled the Marine Corps to direct voice, video and data networks be integrated and have everything transmitted over internet protocol (EoIP). While merging voice, video and data capabilities can gain efficiencies by reducing the physical scale of communications infrastructure and hardware, it also introduces new vulnerabilities that can significantly degrade the Commander's C2 capability and restrict the ability of individual Marines to communicate to higher command elements and laterally. Specifically, EoIP networks create gaps in our ability to provide robust, reliable, and redundant communication capabilities to users and limit our ability to assure uninterrupted voice communications in scenarios where tactical radio IP-based networks are compromised, degraded or otherwise unavailable. Historically this gap has been filled by utilizing slash wire and tactical field phones. 2.2 The End User Device (EUD) would be implemented at the platoon, company, and battalion level as a primary or secondary communications asset for use in defensive positions, force security and general communication scenarios. It would be employed at the regiment, and Major Subordinate Command (MSC) as a means to provide fail-over, survivable communications in a communication degraded or denied environment. This capability could be included as a part of the Combat Operations Center program of record resident at all commands or it could be a stand-alone POR suite of equipment to enable communications in the defense or degraded communications environments. The operators/maintainers of this equipment would be the 06XX, 03XX, and 28XX community; a limited training requirement would be expected to be levied on the School of Infantry and at Marine Corps Communications Electronics School. Any technical or user manuals and training material would be required for implementation into training curriculum with full government use. 2.3 The Marine Corps also has an enduring requirement for a wired device that requires low or no power, yet reliably transmits sound all while not adding to the radio frequency (RF) requirements of a unit on the battlefield. This is a capability that could be used by an individual Marine(s) in a fighting position or as a redundant fail-over means to communicate in a combat operations center (COC). 2.4 Given modern manufacturing technologies, a portable, ruggedized, small form-factor, low/no power, point-to-point/point-to-multipoint, fail-over voice communication device with capabilities similar to that of a TA-1 or TA-312 field telephone and a J-1077 distribution box could be provided to the individual Marine, fireteam, observation post/force protection post or used for voice fail-over within a company, battalion, regimental or MEF/MSC COC. 3.0 GENERAL TECHNICAL REQUIREMENTS The proposed equipment must provide the capability of wired communications in a radio frequency denied, degraded or silent environment and an internet protocol denied or degraded environment for the purpose of providing fail-over/contingency communications. The ideal technical solutions should meet the minimum requirements below. 3.1 WIRED END USER DEVICE (EUD) REQUIREMENTS 3.1.1 Each EUD shall be light weight and portable by a combat loaded individual Marine. 3.1.2 Each EUD shall be ruggedized to survive austere field environments, providing resistance to exposure to water, dirt, shock, heat, cold and other conditions typical to field or combat environments. 3.1.3 Each EUD shall require low or no power to operate. If a battery is required, it shall be non-proprietary, light weight, cost effective and commercially available or already in use by the USMC in other communication devices. 3.1.4 Each EUD shall function in both point-to-point and point-to-multipoint configurations. 3.1.5 Each EUD shall transmit a minimum of 2 km while operating in point-to-point configuration. 3.1.6 Each EUD shall transmit in full-duplex voice. 3.1.7 Each EUD shall have a loudspeaker with on/off switch and volume control. 3.1.8 Each EUD shall be capable of signaling the distant end of an incoming call. Distant end signal shall be user-selectable to either audio or visual notification. 3.1.9 Each EUD shall be compatible with current field wire mediums. (WD-1, WF-16, CAT 5, etc.) 3.1.10 Each EUD shall function in Radio Frequency denied/degraded environment. 3.1.11 Each EUD shall function without adding to existing unit RF requirements or adding to the current RF footprint. 3.1.12 Each EUD shall function without the need for an IP network. 3.1.13 Each EUD shall be easily repairable using field level maintenance capabiity. 3.1.14 Each EUD shall function without the requirement for field service representatives (FSR), upgrades, ongoing maintenance contracts or security technical implementation guide (STIG) compliance to implement. 3.1.15 Each EUD shall not require extensive training to operate or implement. 3.1.16 As an objective requirement, the EUD will be capable of resisting an Electromagnetic Pulse (EMP). 3.1.17 As an objective requirement, the EUD will be compatible with existing tactical radio handsets and accessories, such as the H-350/U handset and U-183 6-pin connector. 3.2 SECURITY REQUIREMENTS 3.2.1 There are no threshold security requirements. 3.2.2 As an objective requirement, the EUD will be capable of using encryption. 4.0 ADMINISTRATION Interested parties are requested to provide an information package addressing their approach to meeting the requirements listed in Section 3 and detailing: 4.1 Your organization's description and its capability to provide an integrated solution which meets the requirements set. Please provide details concerning integration efforts as well as components to be used. 4.2 Your organization's development experience surrounding secure handheld wired platforms. 4.3 Your organization's ability to meet the objective security requirement to encrypt the EUD. Provide details on any additional equipment that would be required to provide this capability and explain how your solution can meet that objective. 4.4 How any additional features or ancillary equipment to your proposed solution aid in providing low-tech tactical communications. 4.5 Whether your solution is considered commercially available off-the shelf or is a non-developmental item, in accordance with Federal Acquisition Regulation (FAR) 2.101. 4.6 The usage specifications for each solution under environmental extremes, such as: temperature, water-proofing, sealing from dust or micro-particle intrusion, drop/impact, shock, mist, liquid immersion, acidic atmosphere, gun fire shock, explosive atmosphere, vibration, and pressure resistance. Indicate whether each device meets MIL-STD-810 specifications. 4.7 Device specifications including, but not limited to, power requirements, range in point-to-point configuration, and quantity of EUDs allowable in multi-point configurations. 4.8 Whether your solution is capable of functioning on the Defense Switched Network or a Public Switched Telephone Network. Please provide details on how this may be configured, as well as providing any information on ancillary equipment that would be needed to achieve this capability. 4.9 The level of ruggedization for each device. Indicate whether there are COTS products available that increase or provide additional ruggedization to your device(s) (e.g., cases, protectors). 4.10 The actual dimensions and weight of the EUD and any proposed protective measures. 4.11 The expected device usage time with or without battery power (i.e. volume level, range, capacity etc.). 4.12 The wired and/or wireless (inductive) charging interfaces you offer for each device. Are external/3rd party battery "packs" available for each device? 4.13 Any "quick" charging or other charging during use features supported by the EUDs. 4.14 Reliability data and statistics for each device. 4.15 The manufacturer warranties for your proposed products. Are extended warranties available? 4.16 The licenses required to use your products in the manner described. Do you offer enterprise licenses? What do the licenses provide? 4.17 Your organization's test, evaluation, and research criteria for selecting supplier and materials. 4.18 Your organization's plan and ability to prevent the acquisition of gray market devices from non-US market channels for Original Equipment Manufacturer devices. 4.19 Your organization's capability to provide a third-party auditable Near-Real Time (NRT) supply chain / inventory management tracking system and reporting capabilities. 4.20 Your organization's hardware chain-of-custody processes and capabilities. 4.21 Your organization's warranty plan and pricing for coverage at 12, 24, and 36 month options. 4.22 SUBMISSION INSTRUCTIONS. The due date for submission is 30 November 2017, no later than 2:00pm EST. Only electronic submissions will be accepted. All responses must be submitted in Microsoft Word or Adobe PDF formats. Responses shall be limited to 20 pages, including slick sheets or product brochures. Proprietary information submitted, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that submissions will not be returned. 4.23 Section 1 of the response shall provide administrative information, and shall include the following, as a minimum: 4.23.1 Company name, mailing address, overnight delivery address (if different from mailing address), phone number, and fax number. 4.23.2 Point of Contact with email address. 4.23.3 Commercial and Government Entity (CAGE) Code. 4.23.4 List of contracting vehicles in which your firm currently participates. 4.23.5 Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) 4.23.6 Please provide a rough order of magnitude cost of your product including product costs, licensing costs, and any other cost associated with acquiring or operating your product. 4.24 Responses to the RFI shall be sent as follows: 4.24.1 Email subject line shall include: 4.24.1.1 The RFI number, M67854-18-I-2025 4.24.1.2 The file number and total files being submitted (e.g., File 1 of 4, file 2 of 4, etc.), if submission includes more than one email 4.24.2 Responses shall be sent to: MCSC_MC3_contracts@usmc.mil 4.25 Questions and requests for clarifications on this RFI must be sent via email to arrive no later than 2:00pm EST, 30 November 2017. When submitting questions, please include the following in the subject line of your email: "M67854-18-I-2025 Questions." Avoid providing proprietary information in your questions as our intent is to post all questions and answers to the Federal Business Opportunities website. Submission of questions will be deemed permission to post the question with a response at https://www.fbo.gov/. 5.0 NOTICE 5.1 Vendors are advised that the Government may use non-Government personnel to assist in collecting and reviewing market information and providing technical advice to the SATCOM team. Proprietary information submitted in response to this RFI will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act, as amended (41 U.S.C. 423), and as implemented in the FAR. 5.2 By submitting a response, a company understands and agrees to the Government allowing the following support contractors to access the submission: Kingfisher Systems Incorporated, SimVentions Incorporated and the MITRE. THIS RFI IS FOR PLANNING PURPOSES ONLY AND NOT A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, OR AS A GOVERNMENT COMMITMENT TO PAY FOR THE INFORMATION RECEIVED. NO ENTITLEMENT TO PAYMENT OF DIRECT OR INDIRECT COSTS OR CHARGES BY THE GOVERNMENT WILL ARISE AS A RESULT OF SUBMISSION OF RESPONSES TO THIS RFI AND GOVERNMENT USE OF SUCH INFORMATION. NO SOLICITATION DOCUMENT EXISTS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-18-I-2025/listing.html)
- Place of Performance
- Address: 2200 Lester Street, Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN04725277-W 20171029/171027230958-1ac79f4e2c3d949c474051843f3d60c5 (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 |