Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2018 FBO #5930
SOURCES SOUGHT

58 -- Intent to Sole Source - Tactical Scalable Mobile Ad-hoc Network (TSM) Waveform

Notice Date
2/15/2018
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W15P7T) Division B, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T18R0014
 
Archive Date
3/16/2018
 
Point of Contact
Allison A Gregory, Phone: 4438614970
 
E-Mail Address
allison.a.gregory2.civ@mail.mil
(allison.a.gregory2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Pursuant to FAR 5.201, the U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is synopsizing the following contract actions: 1. The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) intends to solicit on a sole source basis under the statutory authority permitting Other than Full and Open Competition 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, Only One Responsible Source and No other Supplies Services Will Satisfy Agency Requirements to TrellisWare Technologies, Inc. (CAGE: 1SBL7), 16516 VIA ESPRILLO Suite 300 San Diego, 92127-1708 for the procurement of the Tactical Scalable Mobile Ad-hoc Network (TSM) Waveform. 2. ACC-APG intends to add a requirement to current and future Non-Developmental Item (NDI) radio contracts within the Project Manager Tactical Radio (PM TR) portfolio for an item particular to one manufacturer, in accordance with Federal Acquisition Regulation (FAR) 11.105 and the statutory authority permitting Other than Full and Open Competition 10 United States Code (U.S.C.) 2304(c)(1), as implemented by FAR 6.302-1, Only One Responsible Source and No other Supplies Services Will Satisfy Agency Requirements. The requirement is for the radios to operate the TSM waveform made by TrellisWare Technologies, Inc. (CAGE: 1SBL7), 16516 VIA ESPRILLO Suite 300 San Diego, CA 92127-1708. 3. ACC-APG is requesting information in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 205.205-71, DFARS 206.302-1(d), and DFARS Procedures, Guidance and Information (PGI) 206.302-1(d), to determine whether companies other than TrellisWare Technologies, Inc. have similar waveform/software products that meet the agency's needs. The Government has determined it needs a terrestrial Line of Sight (LOS) networking radio waveform supporting IP networking (Layer 2 at a minimum) and Combat Net Radio (CNR) voice simultaneously. Companies that have a networking waveform that they would like to bring to the Government's attention as a possible candidate to meet this networking waveform requirement should provide an information paper which addresses the following questions: a. Is the waveform software defined and thus capable of being instantiated on NDI radio platforms? Can the waveform be ported to the following Army radios: AN/PRC-158, AN/PRC-155, AN/PRC-162, AN/PRC-148, AN/PRC-154, AN/PRC-117, AN/PRC-152, etc? Additionally, what standards does your waveform conform to which simplify porting of your waveform to NDI radios? Please share the standard hardware architecture your waveform requires, and any deviations it can work with as well. For example: a MIMO waveform which operates best with a radio architecture incorporating four full-duplex transceivers, but which can also work in SISO on a radio architecture with a single half-duplex transceiver. b. Has the waveform been ported onto a radio platform that is not manufactured by the waveform designer? If yes, which radio manufacturer has ported your waveform and what is the radio's nomenclature? c. Is your waveform capable of supporting SECRET and Below (SAB) traffic using NSA certified programmable embedded encryption, Suite A or B (provided by the NDI radio platform)? d. Does the waveform operate on frequency bands of Ultra High Frequency (UHF) through S-Band (225 MHz-2600 MHz) at channel bandwidths of 1.2MHz and higher? Specifically, which operational bands can the waveform operate in and what channel bandwidths are available? e. Does your waveform operate without the need of any additional hardware beyond the hardware radio platform? Does your waveform require any additional hardware/communication infrastructure (i.e. cellular towers, legacy systems, additional devices) to be fully capable? f. Will your waveform scale to operationally support a network of 130 nodes within a single 1.2MHz wide RF frequency channel? What is the unicast / broadcast throughput of your waveform for a network of this size? Please provide details on traffic profile, message completion rate, and latency for both cases. g. How many seconds does a network of 130 nodes take to form (assuming all initialization data has been pre-loaded, and the radios powered off)? How long does a 130 node network that has split into two networks take to merge back into one network of 130 nodes? How long does it take a single node to join a network of 129 nodes? h. Does your waveform network support simultaneous voice and data communications? i. Does your waveform network support a minimum of 12 voice channels/call groups within a single 1.2MHz RF channel? j. What Electronic Protection (EP) characteristics does your waveform contain? Please reference JP-3-13.1 for definition of Electronic Protection terms. k. Is your waveform interoperable with TSM waveform at the Layer 2 network level? l. Is your waveform comparable with TSM? If yes, explain your rationale. m. What is the Technology Readiness Level (TRL) of your waveform? n. What additional information should the Government understand about your waveform? o. Has your waveform been tested or fielded to any U.S. military users? Please provide POC and any supporting test reports or fielding after action reports. p. Please explain if any of the above capabilities are not available today, but will become available in the future and when. 4. If your company can provide a waveform/software product that meets the aforementioned requirements, please provide an information paper which addresses the above. Submissions shall be furnished at no cost or obligation to the Government. Verbal responses will not be considered. Responses shall be submitted in writing, via email, and shall not exceed 10 pages, 12 point font plus any additional pages addressing testing and fielding reports. Ensure individual files do not exceed 5MB. Interested vendors may identify their capabilities by responding to this requirement no later than 12:00 PM ET, Thursday March 1, 2018. Responses and/or questions concerning this requirement shall be submitted to Allison Gregory at Allison.a.gregory2.civ@mail.mil. This notice of intent is not a request for proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/77dfc141547b228f4b12de39b970bdfe)
 
Record
SN04825545-W 20180217/180215232352-77dfc141547b228f4b12de39b970bdfe (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.