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