Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2003 FBO #0567
SOURCES SOUGHT

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

Notice Date
6/17/2003
 
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
DAAB07-03-R-F304
 
Response Due
7/17/2003
 
Archive Date
9/15/2003
 
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 CERDEC/PM-WIN-T wants to assess the impact of meeting a potential Software Communications Architecture (SCA) compliance requirement for future satellite terminals operating at frequencies above 2 GHz. The intent of this RFI is to solicit industry comments to assess the current state of technology, identify technology trends, and characterize investments industry may have already made. Specifically, the Government is interested in your assessments of the benefits and shortcomings associated with the adopti on of the SCA for satellite terminals with respect to cost, program risk, system performance, and interoperability. Responses to this RFI should be provided by contractors that are familiar with both the Joint Tactical Radio System (JTRS) Software Communi cations Architecture (SCA) and satellite system/terminal programs. Do you currently have or plan to develop SCA compliant satellite terminal equipment, components and/or waveforms. Waveform is defined for this RFI to include the physical, link, intra-networking, and internetworking layer. If so: a. Describe the guidelines you intend to use to develop and verify SCA compliance. b. What SCA modifications, additions or exceptions for unique satellite terminal requirements are required? c. What are your current and planned SCA compliant development efforts? Are there proprietary aspects of your current or planned designs that will pose limitations on Government use that may limit the extent of software portability and reuse by third p arty platforms? d. Describe the cost, program risk, system performance, and interoperability benefits / shortcomings if any, that you have observed or foresee in meeting SCA compliance. e. Will the adoption of SCA facilitate the development of multi-band satellite terminals (X, Ka, EHF)? What advantages will adoption of the SCA for these terminal types afford the government? f. Describe what would be required to develop a SCA compliant satellite waveform that can be internetworked with other tactical systems. Are there any advantages to be gained by leveraging existing SCA compliant waveforms? g. Describe any limitations and/or benefits you??????ve observed in developing SCA compliant equipment, components and/or waveforms. Both contractors and sub-contractors are invited to respond. 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 o f 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 constit ute a commitment, implied or otherwise, that any procurement 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 ass ist the Government in the review process. In accomplishing the review of industry responses, MITRE and MIT-LL may require access to proprietary information contained in the submissions. Pursuant to FAR 15.207, MITRE and MIT-LL will execute an agreement wit h 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 agreement is Mr. Ron Bauer, Lincoln Labs, 244 Wood Street, Lexington Ma 02173. To 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 respondent 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
SN00349700-W 20030619/030617213558 (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.