SOURCES SOUGHT
99 -- Deployable Communications Package (DCP)
- Notice Date
- 4/10/2025 9:33:04 AM
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- FA8629 AFLCMC WISK SOF/PR WRIGHT PATTERSON AFB OH 45433 USA
- ZIP Code
- 45433
- Solicitation Number
- FA8629-25-R-0040
- Response Due
- 5/1/2025 9:00:00 AM
- Archive Date
- 05/16/2025
- Point of Contact
- Bryce Haney, Jared Rush
- E-Mail Address
-
bryce.haney.3@us.af.mil, jared.rush@us.af.mil
(bryce.haney.3@us.af.mil, jared.rush@us.af.mil)
- Description
- NOTICE This Sources Sought Synopsis (SSS)/RFI is issued for informational purposes and market research only; it does not constitute a solicitation. The Government will not reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting. The information provided may be used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and/or performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response as instructed later in this posting. BACKGROUND AND SCOPE The USAF Life Cycle Management Center, Intelligence, Surveillance and Reconnaissance & Special Operations Forces (ISR & SOF) Directorate, Tactical Air Control Party Modernization (TACP-M) Program Office (AFLCMC/WISN) is conducting market research to identify possible sources capable of providing an integrated communications/C2 capability, including multiband and high frequency radios, a video data link, computing devices, user interface equipment, networking equipment, navigation equipment, and software in transit cases. Transit cases provide transport and storage capabilities and can be used as a rack for radios during operations. Users will communicate via voice and data over standard networks and waveforms and receive full motion video (FMV). These capabilities are required to plan, request, coordinate, and conduct terminal attack control of strike aircraft executing joint Close Air Support (CAS) and Air Interdiction missions while the TACPs are in support of ground force maneuver operations as well as distributed command and control in support of ACC taskings. SYSTEM REQUIREMENTS The proposed solution is an integrated system that meets the following requirements: T=Threshold O=Objective, T=O unless otherwise stated. Configuration Requirements Shall conduct voice and data communications over four (4) multiband radio channels simultaneously. Shall include alternate antenna mounting options to mount antennas to vehicle roofs, tubing, and racks. Shall utilize antennas that are optimized for each channel. All multiband radio channels shall independently support the following waveforms: VHF-FM, SINCGARS, VHF-AM, UHF-AM, SATURN, UHF-SATCOM, and MUOS waveforms. The fourth multiband radio channel shall support data communication on next generation mesh networking waveforms (Current Firmware Baseline: Phantom, TSM, TSM-X, Wraith, MIMO). Shall provide an Internet Protocol (IP) Local Area Network (LAN). Shall configure, control, and monitor all channels and the intercom at every user interface. Shall provide connections for Ethernet to operate remotely from user- supplied remote operating accessories. Shall be configurable for remote connection by two operators carrying necessary components (e.g., mission computer) and cables (exclusive of the cabled/wired segments) to the remote location. Shall operate on AC power input of 110V - 220V +/- 20V, 55 Hz +/- 8 Hz single phase for prime power from an external source. Shall operate on 28V +/- 3 volts DC for prime power from an external source. Shall provide UPS backup power to the radios and router/switch for 2 hours [T], 12 hours [O] using standard duty cycles and be able to utilize BB-2590s. Video Reception Requirements Shall provide an Ethernet connection and/or Mesh network to connect an external FMV Receiver. Shall distribute FMV via LAN and/or RF. Voice Communications Requirements Shall be configurable as to preclude the operator from transmitting over any radio net while using the intercom conference mode. Shall have required firmware and software to provide LOS voice communications on the SATURN waveform on two channels simultaneously. Data Communications Requirements Data latency shall be less than three seconds via remote connection measured from when the TACP Mission Software attempts to transmit to when the transmission reaches the antenna port. Data latency shall be less than three seconds via remote connection measured from when a transmission reaches the antenna port to when the TACP Mission Software receives the message. System External Interface Requirements Shall include one GPS antenna to route GPS signal to the Selected Availability Anti-Spoofing Module (SAASM) GPS device and to the radios IAW IS-GPS-200K. Shall be able to integrate JREAP-C from other TACP FoS programs. Shall include connections from the SAASM GPS device, providing latitude/longitude Military Grid Reference System (MGRS) SAASM GPS position (elevation in ft.), velocity, and time (PVT) data, IAW IS-GPS-153D, to any component that requires such data. Shall be capable of hosting a TAK server. System Internal Interface Requirements Shall include at least 8 Ethernet ports to allow connection of IP devices (such as a video viewing device) to the LAN. Shall include an IP/Ethernet data connection between mission computers and the multiband radios. The system LAN shall provide at least 2 Wide Area Network (WAN) ports. The system LAN shall support full Access Control List (ACL), and source destination layer 4 (TCP and UDP) port numbers blocking as defined in RFC 4314. The system LAN shall support Network Address Translation as defined in RFC 2663, RFC 1631, RFC 3022, and RFC 4787. The system LAN shall support Ethernet connections via CAT6A and CAT6E copper twisted pair cabling as defined in IEEE 802.3-2015. The system LAN shall provide at least two IP/Ethernet ports on the Router. The system LAN shall support IP/Ethernet connection speeds of 10/100/1000 Mbps on all ports. The system LAN shall support routing of IP packets as defined in RFC 1812 for IPv4. The system LAN shall support routing of IP packets as defined in RFC 2460 for IPv6. The system LAN shall support Layer 3 IP routing that includes standard routing protocols including Routing Information Protocol (RIP) version 2 as defined in RFC 2453, Enhanced Interior Gateway Routing Protocol (EIGRP) as defined in RFC 7876, and Open Shortest Path First (OSPF) as defined in RFC 2328. The system LAN routing protocols shall support the following authentication algorithms: SHA-256, SHA-384, and SHA-512a. The system LAN shall support the blocking of IP packets based on source and destination IP addresses as defined in RFC 4314. The system LAN shall support marking of packets via Differentiated Services (DiffServ) as defined in RFC 2474. The system LAN shall support Class-Based Queuing to enforce the prioritization of marked packets as they are sent out of an IP/Ethernet port. The system LAN shall support Internet Group Management Protocol versions 2 and 3 as defined in RFC 2236 and RFC 3376. The system LAN shall support a trunk port, and virtual LAN tagging and switching as defined in IEEE 802.1Q. Shall indicate on the control units which voice channel(s) is/are being received at each user interface. System Internal Data Requirements Shall indicate operational status (system health) for all radio channels on the network. Shall include a software keypad display for remote radio operations. Lifting/Handling Requirements Each transit case shall not exceed 99 lbs [T], 70 lbs [O]. The transit cases shall have lifting handles for carrying over rugged terrain or lifting to a height of three feet for transport and be able to be carried by two persons. Transit cases shall have lifting handles for carrying over rugged terrain or lifting to a height of three feet for transport and be able to be carried by two persons. Security and Privacy Requirements Shall implement the applicable cybersecurity controls baseline and classified overlay in accordance with CNSSI No. 1253 and NIST SP 800-53 using the Risk Management Framework. Shall contain system components configured and implemented in accordance with Defense Information Systems Agency (DISA) Security Configuration Guides (SCGs), DISA Security Technical Implementation Guides (STIGs), DISA Security Requirements Guide (SRG) and other applicable configuration guides. Shall load crypto variables using an approved National Security Agency (NSA) EKMS Tier 3 device utilizing DS-101 protocol and a standard 6-pin fill connector, unless otherwise approved by the Government. Shall provide a physical locking mechanism to secure all cryptographically controlled items such as radios. Shall be capable of zeroizing crypto equipment on each device. Shall be able to fully disable any non-NSA certified COTS wireless connectivity at the BIOS level. Design and Construction Constraints Shall use transit case(s) for susceptible equipment that are watertight, sand and dust proof, in transport and storage mode. Certification Requirements Shall utilize NSA Type 1 crypto-certified transceiver solutions for all required waveforms. Shall utilize multiband radios that include reprogrammable crypto for all required waveforms. Shall utilize an HF radio solution that includes reprogrammable crypto. Shall use components that are already in production and fielded with operational units, unless approved by the Government. Shall use only those cybersecurity and cybersecurity-enabled products that are evaluated by either the International Common Criteria for Information Security Technology Evaluation Mutual Recognition Arrangement, the NSA / National Institute of Standards and Technology (NIST) National Information Assurance Partnership (NIAP) Evaluation and Validation Program or the NIST Federal Information Processing Standard (FIPS) validation program. INSTRUCTION TO POTENTIAL RESPONDENTS Interested parties who desire to participate in this SSS/RFI are encouraged to submit responses that demonstrate they presently have the technology and qualifications to provide the system described above. Responses shall also include the following information: Respondent Data: Company/Institute Name Address Point of Contact (to include phone number and email address) CAGE Code Web Page URL Pursuant to NAICS Code 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing state whether the company is: Small Business (Yes / No) Self-Certified or Third Party Certified Women-Owned Small Business (Yes / No) Self-Certified or Third Party Certified Economically Disadvantaged Women- Owned Small Business (Yes / No) Self-Certified or Third Party Certified HUBZone Certified (Yes / No) Self-Certified or Third Party Certified Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified Service Disabled Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified 8(a) Certified (Yes / No) Self-Certified or Third Party Certified SBA Certification Date: SBA Graduation Date: State whether the company is domestically or foreign-owned (if foreign, indicate the country of ownership). State whether the respondent is interested in being a prime or subcontractor for this requirement. Describe the capability of your product or products and provide product information and specifications. Additionally, describe the capability of your product(s) to meet the desired performance requirements listed above. If you are proposing development to integrate existing or new subsystems, clearly describe your approach. Responses may include but are not limited to: Pictures Training videos Architecture views Drawings Associations or connectivity with other end items/systems Test results to support meeting threshold and objective requirements Ability to deliver 2 units within 6 months after receipt of order Rough cost estimate (i.e. rough order of magnitude (ROM)) based on an optimum or varied pricing quantities (this is for Government budget planning purposes and will not be considered a bid or binding in any manner). If development and/or integration is required to meet the system requirements, the Government also needs an estimate of the development cost based on complexity (for planning purposes only) to include PHS&T, such as warranties, portable storage, special tooling required, and training. Indicate whether the company is currently performing this type of work/whether the capability can be obtained under an existing Government contract. Provide the contract number(s) and Government points of contact accordingly. Indicate whether or not the company currently provides this type of work as a commercial solution. In this instance, �commercial item� means an item that is of a type customarily used by the general public or non-Governmental entities for purposes other than Governmental purposes. Please indicate if this item has been sold, leased, or licensed to the general public; or has been offered for sale, lease, or license to the general public. Indicate whether all materials used are in compliance with the Buy American Act or Berry Amendment (10 U.S.C. 2533a), as applicable. Please include product warranty terms as applicable, along with any warranty limitations. If product warranty terms are not applicable, please include N/A. Include any spare parts that would potentially be included. Provide the details of NET training including process and cost. Describe any possible product improvements that could be made or are planned for the future for the solution. Describe any risks associated with the fulfillment of this projected requirement. This can include technical or schedule risks associated with development, key performance parameters, etc. Please provide specific details and rationale as to how compliance with FAR 52.219-14, Limitations on Subcontracting, and FAR 52.219-33, Non-Manufacturer Rule, would be achieved in the event the Government sets this requirement aside for small business. Include specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide the anticipated percentage of effort to be subcontracted and whether small or large businesses, including foreign, will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage. RESPONSES, COMMUNICATIONS, AND ADDITIONAL CONSIDERATIONS: The Government may contact respondents to obtain additional information or clarification in order to fully understand a company's response. This may include discussions, site visits, demonstrations, etc. to further the Government's understanding of a proposed solution, as well as a company's understanding of the Government's requirements. Responses shall not exceed 15 pages (including cover page). Include technical and descriptive text and photographs/illustrations to provide sufficient detail. The submitted documentation becomes the property of the United States Government and will not be returned. Respondents shall clearly mark proprietary data with the appropriate markings. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. Any material that is not marked will be considered publicly-releasable. Government-contracted contractor support personnel may handle proprietary data submitted in response to this RFI. These support personnel will have signed the same Non-Disclosure Agreements (NDAs) as Government personnel. If you are currently providing your proposed capability on an existing government contract please identify the contract and a government POC. Broad industry participation for this RFI is encouraged. U.S. and non-U.S. firms are permitted to respond. Please note that prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract; the NAICS code for this requirement, if applicable to the company�s capabilities, should be included in the company�s NAICS code listing in SAM. To learn more about this SAM requirement and how to register, please visit the SAM website at: https://www.sam.gov/portal/SAM Responses are due electronically by 12:00PM Eastern time on 1 May 2025 via email to: Jared Rush AFLCMC/WISK Contracting Officer jared.rush@us.af.mil 1ST Lt Connor Haseley AFLCMC/WISN Program Manager connor.haseley.1@us.af.mil This notice may be updated as additional information becomes available. Questions regarding this announcement shall be submitted in writing by email to the Contracting Officer identified above, with the other individuals identified above copied as a courtesy. This is a Request for Information (RFI) only to identify potential sources for the solution. The information provided in the RFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as creating such a commitment or as an authorization to incur cost for which reimbursement would be required or sought. Jared Rush Contracting Officer AFLCMC/WISK
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/34d05d68d1ac49f49825735cce986c40/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07405569-F 20250412/250410230113 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |