Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2003 FBO #0559
SOURCES SOUGHT

58 -- SCA-compliant MILSATCOM terminal equipment and components that will operate at frequencies above 2 GHz.

Notice Date
6/9/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
DAAB0703RF299
 
Response Due
7/14/2003
 
Archive Date
9/12/2003
 
Point of Contact
Brett Boyle, 732-427-1670
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07
(brett.boyle@mail1.monmouth.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Government seeks information from contractors familiar with the Joint Tactical Radio System (JTRS) Software Communications Architecture (SCA) related to ongoing industry efforts to develop SCA-compliant MILSATCOM terminal equipment and components that will operate at frequencies above 2 GHz. CECOM/PM-WINT is currently studying the impact of imposing a requirement for future MILSATCOM terminals operating in this frequency range to be SCA-compliant. To this end, CECOM/PM-WINT seeks information from indu stry addressing the following questions: 1. Do you currently have SCA-compliant MILSATCOM equipment, components and/or waveforms (which includes the physical layer, link layer, intra-networking, as well as internetworking) available? If so: (1) Describe the process by which you have determined SC A compliance, (2) Describe the operational characteristics of the SCA-compliant equipment, components and/or waveforms (e.g., type of equipment, operating frequency range, supportable data rates, physical layer, link layer, networking, etc.), (3) Describe any limitations and/or benefits you??????ve observed in developing SCA-compliant equipment, components and/or waveforms, (4) Describe the cost impact, if any, that you have observed in meeting SCA-compliance for the particular equipment, components and/or waveforms (5) Identify those portions of the design that are company proprietary as well as any associated limitations for Government use. 2. Do you have plans for developing SCA-compliant MILSATCOM equipment, components and/or waveforms? If so: (1) Provide a schedule identifying when the SCA-compliant MILSATCOM equipment, components and/or waveforms will be available, (2) Describe the proce ss that you will apply in determining SCA compliance, (3) Describe the operational characteristics of the SCA-compliant equipment, components and/or waveforms to be developed (e.g., type of equipment, operating frequency range, supportable data rates, etc. ), (4) Describe the cost impact, if any, that you anticipate in meeting SCA-compliance for the particular equipment, components and/or waveforms, (5) Identify those portions of the design that you anticipate will be company proprietary as well as the assoc iated limitations for Government Use. 3. What do you think it would take to develop an SCA-compliant MILSATCOM networked waveform with the following features: (a) operation at Ka-band and/or EHF (Transitional Communications System [TCS] based satellite infrastructure), (b) support for networks of up to 100 terminals communicating on-the-move with dynamic on-demand access to shared satellite resources, and (c) integration with the JTRS Network Control layer for Internetworking with other JTRS channels. Responses should (1) Provide a schedule i dentifying when the SCA-compliant MILSATCOM waveform could be available, (2) Identify the cost involved in developing and testing the SCA-compliant MILSATCOM waveform, (3) Describe the process that you will apply in determining SCA compliance, (4) Describe the operational characteristics of the SCA-compliant waveforms (e.g., type of equipment required, operating frequency range, supportable data rates, etc.), (5) Identify those portions of the design that you anticipate will be company proprietary as well a s the associated limitations for Government Use. 4. What extensions, if any, will be required to the current SCA to address requirements that may be unique for MILSATCOM equipment? 5. The government is contemplating multi-frequency capability in future MILSATCOM terminals. Will the adoption of SCA facilitate the construction of terminals with these characteristics? What advantages will adoption of the SCA for these terminal types afford the government? 6. In context of the characteristics of AEHF waveform processing, what benefit will SCA provide? How much work around, if any for SCA will be required to build a AEHF terminal today? In two years? 7. It is envisioned th at networking (can draw parallels to the JTRS WNW) will be incorporated in future MILSATCOM terminals and waveforms. Does the SCA facilitate the adoption of networking waveforms into MILSATCOM terminals? Both contractors and sub-contractors are invited to respond. The intent of this RFI is to gather information in order to assess the current state of technology, identify technology trends, and learn of industry intentions, in support of the CECOM/PM-WINT s tudy. This RFI is not a request for proposals. The Government will not award a contract on the basis of this announcement, or otherwise pay for information solicited by it. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses to this RFI or the government??????s use of submitted information. The requested information is for planning purposes, and does not constitute a commitment, implied or otherwise, that any procure ment will be issued. Information may be submitted either via mail or electronically (preferred), or both. Mailed information shall be sent to: Mr. Tom Rittenbach PM-WINT SFAE-C3T-WINT-TMD BLGDG. 906 Murhpy Drive Ft Monmouth NJ 07703-5508 Attn: Tom Rittenbach Electronic information shall be sent to Thomas.Rittenbach@c3smail.monmouth.army.mil. It is requested that all information be provided within 30 days of the posting of this announcement. Any proprietary information should be clearly marked and, to the extent feasible, separated from any unrestricted information. It is anticipated that all r esponses will be UNCLASSIFIED; any classified responses should be handled appropriately. One-on-one meetings may be scheduled after the Government reviews the information received in response to this announcement. Please include in your response whether or not you desire to participate in such a meeting and the name and telephone number of your point-of-contact responsible for scheduling the meeting. Respondents to this RFI are advised that the MITRE Corporation (MITRE) and MIT Lincoln Laboratory (MIT-LL) will assist the Government in the review process. In accomplishing the review of industry responses, MITRE and MIT-LL may require access to proprieta ry information contained in the submissions. Pursuant to FAR 15.207, MITRE and MIT-LL will execute an agreement with each respondent, which states that they will (1) protect the respondent??????s information from unauthorized use or disclosure for as long as it remains proprietary, and (2) refrain from using the information for any purpose other than that for which it was furnished. It is the responsibility of each respondent to contact MITRE and MIT-LL to obtain the required agreement. The Point of Contact at MITRE Corporation to execute this agreement is Roger L. Furr Jr., Director, Corporate Contracts, 7515 Colshire Drive, McLean, VA 22102-7508, PHONE 703-883-6474, FAX 703-883-7121, EMAIL rfurr@mitre.org. The Point of Contact at MIT-LL to execute this agr eement is Mr. Ron Bauer, Lincoln Labs, 244 Wood Street, Lexington Ma 02173To expedite the review process, it is requested that each respondent contact MITRE and MIT-LL to effect execution of such agreements prior to submission of information. Each responde nt needs to submit copies of the agreements with their responses. Questions in regard to this announcement shall be submitted in writing by e-mail only to Mr. Tom Rittenbach at Thomas.Rittenbach@c3smail.monmouth.army.mil.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00342869-W 20030611/030609213504 (fbodaily.com)
 
Source
FedBizOpps.gov 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.