Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1995 PSA#1394

Space and Naval Warfare Systems Command, 2451 Crystal Drive, Arlington VA 22245-5200

58 -- SUBMARINE BASEBAND SYSTEM SOURCES SOUGHT POC L. Eubank, 0233, (703)602-0641. Synopsis No. 49. Procurement of Commercial/Government Off-The-Shelf (COTS/GOTS), Non-Developmental Item (NDI) Submarine Baseband (BBS) System Integration.The Submarine Communications Program Office (PMW 173) at the Space and Naval Warfare Systems Command (SPAWAR) is seeking information on potential sources of systems integration for the automation of the SSN 688 and all follow-on classes of submarines. Some components of the radio room, such as the Controller hardware (TAC-4), Submarine Radio Room LAN equipment, will be procured separately by the Navy and provided to the contractor as GFM. SPAWAR intends for the offeror, who should be an experienced submarine system integrator, to procure COTS/NDI VME based Circuit and Packet Switches, technical control software and supporting components to automate the Submarine Radio Room. The offeror will be responsible for integrating his COTS/NDI Circuit and Packet Switches within the existing Submarine Radio Room. This system, comprised of the Circuit Switch, the Packet Switch, the Controller hardware and software, and the Radio Room LANs has been termed the Submarine Baseband System (BBS). The contractor will be required to integrate the entire BBS system with existing Radio Room (and other submarine) equipment. Controller software should use Simple Network Management Protocol, Version 1 (SNMPv1), using either local or proxy agents to control and monitor radio room equipment. The Submarine BBS system should be based on an open system architecture (OSA). Information regarding the Government's prototyping efforts to date will be provided to all offerors as GFI with the RFP. The circuit switch should be non-blocking (i.e., within one interface class, any input shall be able to be connected to any output). The packet and circuit switching systems should provide multicast services, allowing a single input to be connected to multiple outputs. Packet Switching functionality must be compatible with Navy EHF Communications Controller (NECC), as well as industry standard packet protocols. The submarine BBS system should include default modes of operation to support communications in the event of a component failure. The submarine BBS system must meet the environmental, TEMPEST, reliability, and maintainability characteristics of the SSN 688 class submarine radio room. Within its OSA, the circuit switch should include the capability for growth and the addition of new interfaces to new equipment. The number of I/O ports for the Circuit Switch required for each of the four interface classes are as follows: (1) Red Audio - 11 I/O ports, (2) Red Digital - 90 I/O ports, (3) Black Audio/Analog - 30 I/O ports, and (4) Black digital 90 I/O ports. Additional design goals for the BBS system should be to provide a Built in Test (BIT) capability and a Mean Time Between Operational Mission Failure (MTBOMF) that exceeds 1500 hours. The system should also be mountable in 19 inch racks. Total circuit switch weight should not exceed 500 pounds and the total height of circuit switch should not exceed 54 inches. Since the Submarine BBS will be required to interface with existing radio room equipment and maintain interoperability with future radio room equipment and modernization efforts, experience with and knowledge of existing legacy submarine communication equipment will be important to the success of this program. Potential sources are asked to provide a summary of their experience and capabilities in this area. The Government intends to procure 12 systems in FY96, 12 systems in FY97, and to continue with annual procurements thereafter until the entire submarine fleet is equipped with the BBS system. The evolutionary production procurement will be structured to maximize effective and seamless technology insertion. If potential sources exist, the performance requirements of the submarine BBS System will be documented in a performance specification and released to industry. Since Small Business (SB), Small Disadvantaged Business (SDB), and 8(a) firms are a major concern of SPAWAR, all respondents should indicate their status as a SB, SDB or 8(a), or the extent to which they could include SB/SDB or 8(a) as a significant part of a resultant procurement. Interested parties may retrieve information concerning the Submarine Baseband System from the SPAWAR Bulletin Board. The SPAWAR electronic bulletin board may be accessed from PC or MACINTOSH computers by calling (703) 602-9494. The Bulletin Board operates at 14,400 BAUD with a setting of 8:N:1. The file will be compressed by a shareware program, PKZIP 2.04G. The file name will be SBSDOC.ZIP and will be on the Draft File Library. The file contains three documents in MS Word 6.0 format and one drawing in PowerPoint format. To download this file, the prospective offeror will need, at a minimum, a PC or MAC with modem emulation software that supports VT100 or ANSI standing, a modem that operates between 300 bps - 14.4K bps and a minimum of 1.5 MEG free disk space. All offerors are encouraged to provide answers to an optional questionaire concerning electronic contracting. The bulletin board will be available 24 hours a day, seven days a week. However, as demand of the bulletin board may be heavy at times, it may be necessary to call repeatedly or during non-business hours. If any assistance is needed regarding use of the bulletin board, please contact Kelley Kershner at (703) 602-0802 or Pam Frawley at (703) 602-0798. Offerors who would like a copy of the Submarine Baseband System information and do not have access to a modem may bring a high density, 3 1/2'' disk to the Contractor Liason Branch, Space and Naval Warfare Systems Command, 2451 Crystal Drive, Arlington, VA 22245-5200, Room 201, between the hours of 7:30am and 4:00pm Mon-Fri. Questions regarding this sources sought may be submitted in writing to the Space and Naval Warfare Systems Command, Attn: Laura Eubank, Code 02-33K, 2451 Crystal Drive, Arlington, VA 22245-5200. Files containing these questions and their answers will be placed on the Draft File Library of the SPAWAR Bulletin Board. These file names will contain SBS plus a number for each additional update. No questions will be answered via phone. Interested firms are invited to submit their responses in writing to the aforementioned address within 21 days of publication of this announcement. Responses should include brochures, drawings, and other substantive information demonstrating the contractor's ability to provide the aforementioned requirements. In addition, responses should include the following information on the system or model: a brief system overview, a functional diagram, critical performance parameters, estimated production lead time in months after receipt of order, and recommended logistics concept to include sparing requirements, training concept, and maintenance concept. Proprietary data submitted in response to this synopsis will be protected when clearly identified as such. This is not a request for proposals nor does the Government intend to pay for any information solicited. The information received under this announcement will not be used to qualify any source. It is for planning purposes only. Responses must refer to this synopsis on both mailing envelopes and enclosures. Respondents should submit four (4) copies of qualification packages. Acknowledgment of receipt will not be made, nor will telephone inquiries be honored. (0201)

Loren Data Corp. http://www.ld.com (SYN# 0533 19950721\58-0014.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page