Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2019 FBO #6495
MODIFICATION

59 -- Integrated Tactical Network and Air to Ground Network Integration Technical Exchange Meeting 3 (TEM 3) - Request for Whitepapers - Amendment 02 - 5 September 2019

Notice Date
9/5/2019
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other 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
W15P7T-19-R-TEM3
 
Point of Contact
Lee ALEXIS, Phone: 4438614965, Brian Bosmans, Phone: 4438614972
 
E-Mail Address
Lee.Alexis.civ@mail.mil, Brian.c.Bosmans.civ@mail.mil
(Lee.Alexis.civ@mail.mil, Brian.c.Bosmans.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Whitepapers - Amendment 02 - 5 September 2019. Please see page 6 of document, for updated page limits UPDATE (31 July 2019): Request for Whitepapers Network Cross Functional Team Technical Exchange Forum #3 Topic: "Air to Ground Network Integration" Request for Whitepapers: Network- Cross Functional Team Technical Exchange Forum #3 "Air to Ground Network Integration" Whitepaper Topic Areas The Army is seeking whitepapers, no more than five (5) pages in length, on Commercial Off-the-Shelf (COTS) and Non-Developmental Item (NDI) solutions to the topic areas listed below. If you have a solution that satisfies multiple topic areas please indicate so in your executive summary. The Army is interested in solutions that are available for demonstration and experimentation. The intent of this Request for Information (RFI) is to obtain a breadth and depth of information on current and emerging market capabilities to inform future Army Investment recommendations, Army requirements documentation, and other acquisition documentation. Several Army organizations will be involved in the assessment of the whitepapers across different areas in the acquisition cycles. It is highly recommended that respondents clearly identify and support claimed maturity levels so that the information is provided to the appropriate organization relative to the solutions' maturity. After white paper assessments are completed, venders may be invited to demonstrate their solution. Participation in such an event is completely voluntary and the vendor will retain control and continuous custody of its demonstrated product. A Government witness will be present to observe the demonstration and document the results and conditions to determine capabilities and limitations. A copy of this report can be provided to the demonstrating vendor upon request. Such demonstrations will not obligate the Government for any expenses, future awards, or other commitments. Additionally, the Government is not liable for any costs or expenses incurred in providing a demonstration. THIS IS NOT A SOLICITATION: The Government is not obligated to make an award as a result of this request. This Request for Information (RFI) is for informational purposes only; this is not an Invitation for Bid (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any preparation expenses in response to this RFI and is in no way obligated by the information received. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The information provided may be used by the Army in developing a future acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Topic Areas: * Vendor solutions do not need to address all sub-topics within the topic areas problem space. The topics correspond to the Panels as briefed at the "Air to Ground Network Integration" Technical Exchange Meeting 3 held in Nashville, TN May 30 2019. Emerging Network Transport Sponsor: Future Vertical Lift (FVL) CFT, Network Cross Functional Team (N-CFT) Military System or Acquisition Customer: Army Program Executive Office (PEO) Aviation Network Cross Functional Team (N-CFT) and Future Vertical Lift Cross Functional Team (FVL CFT) are interested in emerging resilient, scalable mesh networking technologies that can enable complex sensor-to-sensor and sensor-to-platform communications both ground and air to include unmanned aerial relays with both LOS beyond 300km, commercial and military SATCOM constellations, and next-generation HF capabilities. Some of these aerial relays should be capable of being launched from aerial platforms as an Air Launched Effect (ALE). Technologies should be able to dynamically scale the bandwidth available based on range and permissiveness of the RF spectrum (low bandwidth, reliable connectivity in degraded jamming environment, high bandwidth when conditions allow) while intelligently routing data over multiple transmission paths in flight. New capability should be delivered in a common form factor that allows for rapid tech insertion across multiple platforms and adheres to Modular Open Source Approach principles and C4ISR/Electronic Warfare Modular Open Suite of Standards (CMOSS) specifications. Flexible Ancillaries Sponsor: Future Vertical Lift (FVL) CFT, Network Cross Functional Team (N-CFT), PdM ACMC Military System or Acquisition Customer: Army Program Executive Office (PEO) Aviation PdM Aerial Communications & Mission Command (ACMC), in support of the Network Cross Functional Team (N-CFT) and the Future Vertical Lift Cross Functional Team (FVL CFT), is requesting white papers on emerging ancillaries that reduce the burden of integrating a ground radio into US Army aviation platforms. Integrating ground radios into aviation platforms requires additional components to filter and amplify signals. The integration ancillaries must not allow the radio transmission to negatively affect other transmissions, flight control systems on the aircraft, or be interfered by other systems on the aircraft or ground. These systems may include surveillance, navigation, radio communications, and airborne survivability equipment. Flexible ancillaries should be ideally allow for rapid tech insertion across multiple platforms and adhere to Modular Open Source Approach principles. Ancillaries sought are: low noise, broad-spectrum amplifiers; broad spectrum, high gain antennas optimized for aviation; integrated commanded filtering and tuning; and very low loss RF cabling and connectors. Specs for integrated co-site filters of interest include: • Agile tunable filter covering the frequency range of 225 to 1850 MHz. • Power input is 5W - insertion loss should be less than 3dB with rejection in UHF (225 to 450 MHz) of 25dB at 10% of center frequency on each side. • It should also filter freqs from 1300 to 1390 MHz and from 1755 to 1850 MHz. • The unit should have a tuning word input (TBD) from the ground radio to be integrated with and in addition, tune from the radio transmit pulse. • The size of the unit should be appx 6X6X1 inches. • It should be 28VDC and adhere to Mil Standard 704 power supply. DIGITAL Clone (or Twin) Sponsor: Future Vertical Lift (FVL) CFT, Network Cross Functional Team (N-CFT) Military System or Acquisition Customer: Army Program Executive Office (PEO) Aviation In order to field capabilities faster, burn down engineering time, reduce integration efforts, require fewer test activities, mitigate risks and rapidly incorporate new technologies, a digital clone (or digital twin) is essential to future Army Aviation efforts. The Army's Future Vertical Lift (FVL) is seeking to leverage this capability in order to provide dynamic changes to support, enable rapid integration testing and achieve faster airworthiness qualification. FVL is seeking information in regard to the multiuse functions, growth, future applications, and estimated costs to produce and sustain a digital twin - to include the support infrastructure. Below is a list of some (but not all) of the qualities a digital twin could provide to the Army's FVL. • Enable advanced monitoring, predictive analytics and solutions • In real time - facilitate comparative operations by simultaneously running the original software (or system) through a scenario and allowing the virtual twin to see the exact same scenario and respond - thereby giving real time assessment of the improvements, identify issues, and assess performance of the new SW (or system) • Reduce Developmental Testing (DT) and Operational Testing (OT) by facilitating an in-development build so changes can be made immediately • Data collected through the digital twin provides traceability to burn down time on the Airworthiness Release (AWR) process • Utilizes USG open system architecture standards (i.e. FACE, HOST, JCA, etc.) • Can interject defects at the component level and incorporate into a system level assessment • Rapid structural and Size, Weight, Power, and Cooling (SWaP-C) analysis to incorporate new and/or modernized technologies • Optimizing Conditioned Based Maintenance (CBM) strategies • Understand safety margins • Can explore hardware and software logical interfaces through virtual integration Common Cryptography Circuit Board Sponsor: Network Cross Functional Team (N-CFT), PM Tactical Radio Military System or Acquisition Customer: Army Program Executive Office (PEO) Command Control & Communications Tactical (C3T) Description: Project Manager Tactical Radio (PM TR) is interested in a common cryptography card that can be utilized by multiple waveform cards to enable the deployment and realization of secure, Type 1 and SBU, waveforms. The enabling technologies and format of the card should be conformant with the C4ISR/Electronic Warfare Modular Open Suite of Standards (CMOSS) specification. The cryptography card should provide open systems interfaces (including electrical, physical, and message) that that have been validated and implemented by multiple vendors. The proposed solution should enable efficient integration of secure waveforms within the current and future Army Integrated Tactical Network. Multi-Layer Security Sponsor: Network Cross Functional Team (N-CFT), PM AMSA Military System or Acquisition Customer: PM Aviation Mission Systems and Architecture PM Aviation Mission Systems and Architecture (AMSA) is in the process of instantiating an aviation platform mission system digital backbone. The mission system digital backbone will be the focal point through which all platform sensor, mission, communications, navigation, data will culminate and will be the gateway access to this information. As such the mission system digital backbone will require the ability to support Multi-Level Security operations associated data networks, communication links, and mission processors. The mission system backbone will also need to act as a bridge and cross domain allowing the transfer and proliferation of data appropriately across security enclaves and classifications. It is envisioned that the mission system backbone will need to simultaneously process Unclassified, Sensitive but Unclassified, Confidential, and Secret Data, to include the caveats for Joint and Multinational Operations. PM AMSA is looking for a software based solution with the following threshold capabilities of interest: • Data Tagging at the element level • Data at rest encryption • Data encryption tunnels • Processing of multiple level security data simultaneously on the existing Improved Data Modem (IDM) and future Aviation Mission Common Server (AMCS) • Separated via virtual HW, SW, tunneling and other novel ways to provide security separation without the need for separate HW components Submission Instructions: Interested parties should provide their electronic response NLT Tuesday 10 September @ 1600 EST via e-mail. Email to: usarmy.apg.peo-c3t.mbx.pao-peoc3t@mail.mil, Ercilia.m.delorbe.civ@mail.mil, Subject: RFI - TOPIC - Your COMPANY NAME All information received in response to this RFI that is marked "Proprietary" will be handled accordingly. Respondents are instructed to include a cover page first page of its submission: -Company name - CAGE Code (if applicable) - Date of incorporation - Number of years in business - Number of employees - Mailing address - Company Website address - The singular point of contact for all information pursuant to this RFI. - Phone Number - Email address - Topic areas addressed inclusive of subtopic that the solution is addressing i.e Topic 1, 2, etc - Indicate maturity of solution provided and support with an Executive Summary not longer than three paragraphs in length The Whitepaper shall be submitted in MS Word*.docx format or.PDF Page Size: 8.5 x 11.0 inches Margins: 1 inch all around Font: Arial Font Size: 12 point Page Limit: If you are submitting multiple white papers, each one is treated separately as long as the white paper submissions are addressing separate topics. Title Page Limit Cover Page 1 Table of Contents 1 Technical Proposal 5 (5 pages inclusive of Annexes) Sections shall be submitted in the below format: Cover Page Table of Contents I. Introduction/Background Information. II. Operational Concept of Employment III. Technical Concept IV. Projected Funding and Implementation Plan Annex A: Figures & Illustrations Annex B: Bibliography Annex C: Additional Funding Information (if Required) Disclaimer Any information submitted by respondents to this sources sought synopsis is voluntary. The Army does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment for any purpose. Respondents may not individually be notified of the results of any government assessments. Solutions that represent highly mature, highly innovative, or highly applicable to the N-CFT's or FVL CFT's immediate focus areas may be contacted by the N-CFT or FVL-CFT with additional questions. Such interactions do not constitute a commitment by the Government with regards to the solution set and are for market research purposes only. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). General Network CFT Information: The N-CFT is a lateral organization. All inquiries to RFIs, or requests for industry engagement must be sent through Ercilia Del Orbe at Ercilia.m.delorbe.civ@mail.mil. Due to the volume of interest the N-CFT cannot participate in engage with all respondents. Interested parties are requested to submit whitepapers via the instructions above. Vendors with highly mature, highly innovative technology meeting an immediate N-CFT or FVL CFT focus area may be called with additional questions or for further description of mature technologies. Such engagements constitute market research and information gathering only. Industry engagements will not result in any form of obligation, commitment, or agreement between the Government and vendor. In the event that a solicitation is released, the Government is prepared to use any vehicle that is appropriate to the requirement. That may include use of Other Transaction Agreements (OTA) via a Consortium, Defense Innovation Unit Experimental (DIUx), or soliciting directly to the public for unique OTAs. We may also use the Responsive Strategic Sourcing for Services (RS3) Multiple Award Indefinite Delivery, Indefinite Quantity (MAC IDIQ), Computer Enterprise Software Solutions (CHESS) IDIQ, and other government wide acquisition contract (GWAC) vehicles where appropriate. Traditional IFB, RFP, or RFQ may also be considered. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2019-09-04 15:33:55">Sep 04, 2019 3:33 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2019-09-05 12:10:52">Sep 05, 2019 12:10 pm Track Changes UPDATE: (4 September 2019): Answers to Industry Questions concerning the TEM3 Request for Whitepapers can be found in the attached.pdf document titled "Answers to Industry Questions - 4 September 2019" UPDATE: (5 September 2019): Updated Page Limits are outlined on Page 6 of the attached Request for Whitepaper Amendment 02.pdf document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/100eeeda4ddf0cce37f4380eea7a0b23)
 
Place of Performance
Address: 6565 Surveillance Loop, Building 6001, Abereen Proving Ground, Maryland, 21005-1846, United States
Zip Code: 21005-1846
 
Record
SN05432841-W 20190907/190905231220-100eeeda4ddf0cce37f4380eea7a0b23 (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.