SOURCES SOUGHT
A -- Request For Information - Phoenix Network
- Notice Date
- 4/14/2008
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-08-R-P621
- Response Due
- 4/28/2008
- Point of Contact
- James M. Jackson, 732-532-3273
- Description
- Request For Information (RFI) Phoenix Network Overview. The Government is seeking information on integrating an airborne, wide band network into an existing network infrastructure. This Phoenix network must have the capacity and extensibility to create a teleport-like capability similar to that used to support the evolving Transformational Communications Satellite (TSAT) network. This system, however, will provide a widely distributed network of Ground Entry Points (GEP) that connect to aircraft using line of sight (LOS) communications built around the family of Common Data Link (CDL) waveforms defined in the CDL Waveform Specification, Revision G (CDL Rev G). Detailed Description. This Phoenix Network is anticipated to include between 50-100, strategically located GEPs across the Continental United States (CONUS). These GEPs would be integrated with an existing terrestrially based, networking infrastructure. This infrastructure must include T-3 based connectivity for each GEP and connect the GEPs localized, airborne, CDL Rev G network to the Defense Information System Network (DISN). The mission of the Phoenix Network will be to provide wideband Internet Protocol transport services to airborne platforms traveling the CONUS including access to DISN networks and services. These DISN networks would include but are not limited to the Secret (formerly Secure) Internet Protocol Router Network (SIPRNET), Unclassified but sensitive Internet Protocol Router Network (formerly Non-secure... but still described as NIPRNET), and the Joint World-wide Intelligence Communications System (JWICS). Expected Users. Phoenix will support a variety of government customers in pursuit of senior civilian, military, and local government missions and objectives. This could include support to National and Military Leadership traveling across the country in aircraft like the VC-25, E-4 or VC-37. Additionally, Joint Military Command and Control, Intelligence, Surveillance, and Reconnaissance aircraft like the U-2, Global Hawk, or AWACS (if CDL equipped in the future) may either interface directly with Phoenix or form a network with other participating platforms that are within line of sight of each other and at least one of which is in line of sight of a GEP tied to the Phoenix Network. In addition to supporting traveling government officials and their staffs, Phoenix may also support Homeland Defense, Disaster Relief, Counter-terrorism, Border Enforcement, Law Enforcement, and other missions to include training. Overarching Requirements: GEP Deployment. Assumed to be widely dispersed throughout the CONUS to provide between 1-3 simultaneous connections and provide at least 95% coverage for the CONUS. Information Assurance. Phoenix shall be a secure network that connects to discreet networks using Multiple Independent Levels of Security (MILS) through NSA approved High speed Advanced IP Encryption (HAIPE) devices. Network Management. This is the main focus are of this RFI. Respondents should providedetailed descriptions of their proposal to adapt an existing terrestrial network to interface with an airborne, CDL Rev G network. This must include how the network operations center (NOC) would interact with both the GEPs and the airborne network connected through CDL Rev G. The overarching objective here is to minimize development and expedite fielding by using existing infrastructure including NSA approvals and certifications for highly secure data transport and an existing NOC. While suggesting changes to CDL Rev G physical signals and space (often referred to as layers one and two of Open Systems Interconnection Basic Reference (OSI) Model) are not appropriate for response, the government is open to suggested changes in layers three through (especially) seven. In particular, the government understands that the CDL RF Network Agent, a layer seven mesh network management application, may require modification to interface with a NOC that may provide overriding, policy based direction to control network entry, exit and other critical net management tasks. Additionally, the government expects to see suggestions on crypto key management for a CONUS-wide deployment of CDL Rev G that may require modifications to the terminal employment in such a network compared to the more tactically oriented missions they were designed to support. Extensibility to Out of CONUS (OCONUS). Respondents should provide some concept of how the Phoenix Network could be expanded to DISN sites overseas and how their proposal can support this effort. This should not factored into the cost estimate, but provide some insight as to how this could work for Alaska, Hawaii, and strategic locations throughout the world in support of Combatant Commanders (e.g., PACOM, EUCOM, AFRICACOM, SOCOM, USFK, etc). RFI Administrative Information This sources sought notice is for planning purposes only and does not constitute a solicitation for bids/proposals. Solicitation number W15P7T-08-R-P621 is for tracking purposes only. It is not to be construed as a commitment by the Government. The Government does not intend to pay for any information provided under this sources sought announcement. Responses will assist the Government in determining whether to set-aside/restrict competition in some way or solicit offers from all responsible sources. All respondents are required to complete the Central Contractor Registration (CCR) process to be considered eligible for any potential Department of Defense contracts. CCR registration information can be obtained at http://www.ccr.gov/. Responses to this notice must be provided no later than 4pm EDT, 28 April 2008. Respondents may submit their interest and ability to satisfy the Governments requirement via email to the point of contact listed below. Responses must be no longer than three (3) pages in length and should include a description of capabilities, technical expertise, and relevant past experience. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint. If a soft-copy cannot be provided, written information will be accepted. Information may be provided through mail, or via e-mail. Telephone nor emailrequests for additional information will not be honored. You may forward your UNCLASSIFED responses to US Army, RDECOM, CERDEC, I2WD, Bldg. 600, Fort Monmouth, NJ, 07703, ATTN: AMSRD-CER-IW-SG (William C. Drach) or the following e-mail address: william.drach@us.army.mil. Acknowledgement of receipt will be issued. If you choose to submit proprietary information, mark it accordingly. Classified information will be accepted by mail only, but it must be marked accordingly and sent via proper channels. Classified information may be sent to US Army, RDECOM, CERDEC, I2WD, Bldg. 600, Fort Monmouth, NJ, 07703, ATTN: Security Office. The inner packaging should be addressed to ATTN: AMSRD-CER-IW-SG (William C. Drach).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bd8346d5e1ac8f3f2cea065bb47dc57f&tab=core&_cview=1)
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Zip Code: 07703-5008
- Record
- SN01553744-W 20080416/080414220748-bd8346d5e1ac8f3f2cea065bb47dc57f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |