Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2005 FBO #1180
SOLICITATION NOTICE

58 -- Communications at Speed and Depth Capability for U.S. Navy Submarines

Notice Date
2/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
N00000-05-R-0021
 
Response Due
4/1/2005
 
Archive Date
5/1/2005
 
Small Business Set-Aside
N/A
 
Description
1.0 Description. 1.1 The Space and Naval Warfare Systems Command (SPAWAR) is seeking sources for the potential development of a Communications at Speed & Depth (CSD) capability for U.S. Navy submarines. This capability will provide communications with submarines while they are submerged at normal operating depths and traveling at speeds required to perform tactical operations. CSD extends the FORCEnet construct to stealthy undersea Navy platforms with the purpose of increasing the effectiveness of these platforms in achieving the Chief of Naval Operations (CNO) SEAPOWER 21 vision. 1.2 Interested parties are requested to provide a written response to this notice. Parties may include industry, Government laboratories, federally funded laboratories and academic institutions. 1.3 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the government to contract for any supply or service whatsoever. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website and the SPAWAR E-Commerce Central website at https://e-commerce.spawar.navy.mil. It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this potential requirement. 2.0 Background. 2.1 The U.S. Navy is seeking to implement a communications capability for submerged submarines and other undersea platforms that is technically and operationally suitable for 21st Century operations employing Network Centric Warfare, Joint Task Forces, and Allied-partner forces. Carrier Strike Group (CSG), Expeditionary Strike Group (ESG) and Joint Commanders require rapid Command and Control (C2) communications for assigned forces that operate in the undersea domain. U.S. Navy Fast Attack Submarines (SSN), Ballistic Missile Submarines (SSBN), Guided Missile Submarines (SSGN) and Unmanned Undersea Vehicles (UUV) require rapid secure communications with acceptable throughputs between all levels of command while operating at tactical speeds and depths. Undersea forces' primary C4 systems must support integrated global communications for data exchange with tactical and operational commanders. 2.2 While operating in a submerged tactical stealth profile, submarines need to be able to transmit and receive data with low latency between Strike Group Commanders, Joint Force Commanders, and coalition forces. A combination of communications capabilities is needed to achieve this level of connectivity due to different geographic locations, ocean environments, operational security requirements, and infrastructure availability. Three primary communications modes are needed: 1) Two-way networked general data exchange connectivity between a submarine and a communications node (shore, afloat, air or undersea) that is interoperable with staPDPArd networks (e.g., Ethernet LAN, SIPRNET), applications (e.g., email, web browsers), and RF data links (e.g., satellite communications, line-of-sight radio link with aircraft); 2) One-way data transmission from a communications node to the submarine; 3) One-way transmission of data from the submarine to a communications node. The types of data exchanged include: (1) "paging" -- similar to the commercial pager concept; (2) "text messaging" ??? similar to the commercial wireless PDA and SMS text messaging concepts; (3) "IP data" ??? general data exchange utilizing Internet Protocol datagram staPDPArds interoperable with commercial networks, computers, and operating systems. 2.3 Several potential modalities, such as electromagnetic, acoustic, or optical concepts, may be used to implement a CSD capability. The mode of undersea data transmission need not be compatible with existing government or commercial communications standards. However, an interface will be needed to a human operator, standard network, RF data link, or satellite. It is not required to use a symmetrical approach for transmit and receive functions; different modalities and data rates may be acceptable. 2.4 All candidates will be evaluated to determine their potential impact upon the submarine hulls. The majority of the CSD installations will be backfits on existing platforms. Any need to penetrate the submarine hull or make significant hull modifications on existing platforms will impose high costs. Available "real estate" on SSN platforms (LOS ANGELES, SEAWOLF, and VIRGINIA Classes) is limited. Proposed solutions need to address the limitations in volume and weight that are imposed upon hardware installed on these submarines. However, the SSGN platforms provide significant volume and weight capabilities for a payload. 3.0 Requested Information. The following information is requested to assist the Navy in evaluating the respondent's concept. 3.1 General Concept. Describe the general concept of operation of the proposed technology. The use of figures or graphics is encouraged. 3.2 Operational Capabilities. Discuss the often-interrelated parameters of submarine speed and depth, data rate, range from communications node, latency, and availability/robustness. Describe the potential submarine speed and depth envelope in which the proposed concept will be operable. 3.2.1 Submarine Operational Parameters. The minimum capabilities are: keel depth of 150 feet depth, 6 knots of speed, and sea state 3. The desired capabilities are: full submarine operating depth, speed of 15 knots or more, and operation in a sea state of 5 or greater. The acceptable ranges from a communications node are dependent upon the concept of operation. 3.3 Communications Capability: There are no specific requirements regarding the mode of communications to be used (e.g., RF Line of Sight (LOS), satellite communications, aircraft-based communications, acoustic, or optical.) A two-way communications link may be asymmetrical, using two different modes, frequency bands, data rates, etc., for receive and transmit. If the selected mode requires the deployment of a new infrastructure that is not likely to be available in the corresponding time frame based upon known DoD and commercial plans (e.g., a new satellite system), this fact will be considered as a cost or risk issue during the Navy's evaluation. 3.3.1 Data Rate, Robustness, and Latency: Data rate requirements are dependent upon the communications mode and the type of data transferred. A robust 10 bps is adequate for a "pager" capability. 100 bps is adequate for a "text message" type of capability. For the two-way exchange of networked IP data, a data rate of 100 kbps is desirable, but a robust 1 kbps data rate may be acceptable. The bit error rate of the data transfer needs to be appropriate for the type of data transferred; some errors in text messaging may be acceptable (if identified to the user), but reliable paging and IP data transfer must be error-free from the user's perspective. The time delay to deliver a message from the moment it is initiated by the user or the time delay to deliver a response to a received message should not exceed 15 minutes; it is desirable that this latency be less than five minutes. 3.4 Deployment Methods. If hardware must be deployed to utilize the capability (e.g., towed, tethered, or launched), describe the deployment approach, the stowage of the hardware on the submarine, needs for support by other platforms or resources (if applicable), and the recovery process (if applicable.) The stowage and use of the hardware should present a minimal impact to the submarine's maneuverability, mission, and vulnerability. 3.5 Stealth. Discuss the proposed concept's impact to submarine stealth when installed, loaded/deployed (if applicable to the concept), and operated. 3.5.1 Compromise to the platform's vulnerability while transmitting energy should be minimal. It is also essential that data transmission security requirements are met, but it is anticipated that conventional crypto techniques and equipment will be used to achieve this capability. 3.6 Network Capability: If applicable, discuss the potential of integrating the proposed concept into a networked two-way communications solution that is integrated into the Navy C4I infrastructure. 3.7 Undersea Communications with Non-Submarine Undersea Platforms and Off-board Sensors: Although this announcement primarily addresses submarine communications at speed and depth, the U.S. Navy is also interested in capabilities for communications with UUVs, undersea sensors, and other undersea devices. If applicable, discuss the potential of utilizing the proposed concept with these emerging platforms and devices. 4.0 Responses. 4.1 Interested parties are requested to respond to this RFI with a white paper. 4.2 White papers in Microsoft Office 2000 compatible or Adobe PDF format are due no later than 1 April 2005. Unclassified responses shall be submitted via e-mail only to shannon.higgins@navy.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become government property and will not be returned. If any respondent does not currently have a Proprietary Data Protection Agreement (PDPA) that would permit the SPAWAR support contractors listed in Section 4.3 of this RFI to review and evaluate white papers submitted in response to this RFI, the respondent is requested to sign PDPAs with these SPAWAR support contractors for this purpose. 4.3 Section One of the white paper shall provide administrative information and shall include as a minimum the name, phone number, fax number, and e-mail address of the designated point of contact. All industry respondents should indicate their company small business status and the extent for which they can include SB, SDB, or 8(a) participation in any potential resulting procurement. Industry respondents should also include a statement that the respondent has a signed PDPA with Booz Allen Hamilton, Anteon, and Predicate Logic that would permit these support contractors to review and evaluate white papers submitted in response to this RFI. If no such PDPA exists, respondents should execute a PDPA with the aforementioned contractors supporting SPAWAR in technical evaluations. For information on how to contact support contractors e-mail Shannon Higgins at shannon.higgins@navy.mil. For a sample PDPA please see Attachment 1. 4.4 Section Two of the white paper shall address the respondent's technical concept (or concepts) that address the requirements described in Section 3.0. A single respondent in either a single white paper or multiple white papers can address multiple solutions. 4.5 Section Three of the white paper shall address the maturity of the technology and provide a "road ahead" to the development of the capability described in Section 3.0. The maturity of the technology shall be described using the Technical Readiness Level (TRL) metrics defined in DoD 5000 2-R, accompanied with supporting comments or data. An outline of the development efforts and timeline required to achieve TRL 6 ("prototype demonstration in a relevant environment") should be included. 4.6 Section Four of the white paper shall be a single page "quad chart" in Microsoft PowerPoint format that includes at a minimum the following data: 1) One or more graphics or photos that illustrate the technical concept addressed in the response. 2) Highlights of primary capabilities referenced to the requirements of section 3.0 3) Maturity of the concept and the relevant technology components 4) An estimate of the federal government fiscal year in which the first Limited Rate Initial Production (LRIP) systems if the program were begun in FY 2006. 4.7 A similar Sources Sought Notice, SPAWAR_Headquarters_MKTSVY_2046E, was posted on November 12, 2003. Information submitted by offerors from this prior notice will continue to be evaluated in the Navy's assessment of CSD solutions. If a respondent wishes that their previous submission in response to MKTSVY_2046E be disregarded or superceded by a response to this notice, the respondent should explicitly write such a statement in their submission package. 4.8 Questions regarding this announcement shall be submitted in writing by e-mail only to shannon.higgins@navy.mil. Verbal questions will not be accepted. Questions will be answered via posting answers to the SPAWAR E-Commerce Central Website; accordingly, questions shall not contain proprietary or classified information. The Government does not guarantee that questions submitted after 25 March 2005, 2:00 PM PST will be answered. To access the SPAWAR E-Commerce Central website, go to https://e-commerce.spawar.navy.mil. Click on Headquarters; then Future Opportunities; then click on the yellow folder to the left of N00039-05-R-0021 to view other important information related to this RFI. Interested parties are invited to subscribe to the SPAWAR website to ensure they receive any important information updates connected with this RFI. To subscribe, click on N00039-05-R-0021; then click on "Subscribe" near the top of the screen, and follow the directions provided. 4.9 The information provided in the RFI is subject to change and is not binding on the Government. The U.S. Government does not make a commitment to procure any of the items discussed in this RFI. Further, the release of the RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. It is emphasized that this is a Request for Information. It is not a Request for Proposal (RFP) of any kind and is a not to be interpreted that such an RFP for the above will be issued. Respondents are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Failure to respond to this RFI will not preclude participation in any future RFP, if issued.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=5402B4AFDDCD0CDD88256FAA00792FAF&editflag=0)
 
Record
SN00753168-W 20050218/050217080631 (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.