Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2009 FBO #2757
SOURCES SOUGHT

58 -- N66001-09-X-0121 JAM RFI

Notice Date
6/12/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center San Diego, 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
SSC-Pacific_MKTSVY_74ED2
 
Response Due
6/24/2009
 
Archive Date
7/9/2009
 
Point of Contact
Point of Contact - Stephen T Bolger, Contract Specialist, 619-553-7204<br />
 
E-Mail Address
Contract Specialist
(steve.bolger@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 Description 1.1 The Space and Naval Warfare Systems Command (SPAWAR), in support of Joint Program Executive Office (JPEO) Joint Tactical Radio System (JTRS) seeks information to identify possible sources to provide a lightweight, software- defined manpack radio with a minimum of 1-channel. We are soliciting responses from all interested parties on behalf of the JTRS Ground Domain located in San Diego, California. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. 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. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested partys expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. 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 offerors to monitor these sites for additional information pertaining to this requirement. 2.0 Respondents to this RFI shall describe their ability to meet and/or exceed the following requirements, or describe how they intend to meet the following requirements (if at all): a. What is the frequency range of the radio? b. What is the power range, for each frequency band, of the radio? c. Has the radio been assessed as in compliance with SCA 2.2 (or better) specifications? If not, what is your plan to receive assessment/compliance? d. Does the radio use approved JTRS APIs? If not, and if the government required JTRS APIs to be used, would you modify your product to use JTRS APIs? e. Does the radio have integrated TYPE 1 security with NSA approval? If not, what is your plan to receive NSA approval? f. Has the radio been demonstrated to the government in a tactical, field- ready configuration suitable for use in combat? g. Has MIL-STD 810 and/or MIL-STD 461 testing been conducted? If so, please list the specific tests conducted, who conducted the tests, and provide test data. If not, what are your test plans for the future? h. Does the radio have a DD 1494 Spectrum Certification? If so please include or if not please include plans for certification. i. Has a Safety Assessment Report (SAR) been completed? j. Has interoperability testing has been conducted, if so, please include results. k. List waveforms and each specific waveform mode the radio is capable of operating. Is the radio capable of both voice and data communications? What is the potential that your radio has for supporting future SCA 2.2 waveforms as they become available (legacy, networking, and currently in development by the government)? l. Can the radio support the Soldier Radio Waveform (SRW) 1.0C now available in the JTRS IR? Would using SRW require you to change the Operating Environment on the radio? m. Please specify all your software and level of data rights associated with software you may be willing to provide to the government for government purposes (Government Purpose Rights) n. Has waveform conformance testing been conducted? If so please include results o. What is the radio's weight, excluding antennas, with and without battery? p. What are the radio dimensions and volume of radio with and without battery? q. What encryption modes and key fill devices is the radio compatible with? r. What data interfaces (ie: Ethernet, RS-232/RS-422 Synchronous and Asynchronous) and control interfaces (ie: Ethernet, RS-232, RS422 and USB) does the radio have? s. Is the radio net-ready with the ability to provide reliable and secure networking using IEEE standard IP- based interfaces? If not, what is your plan to make it net-ready? t. Does the radio have an integrated GPS with the ability to allow time synchronization functions? If not, is there a plan to integrate it? Does the integrated GPS include the military Security Anti-spoofing Module (SASM)? If GPS is not integrated does it have a GPS interface to PLGR, DAGR, and/or commercial GPS SYSTEMS? u. What depth of immersion in water can the radio withstand? v. What antenna ports does it have? Can it support VHF/UHF AM/FM, SATCOM (SC/DAMA/IW) and SRW waveform operations without removing and replacing antennae? Which antennae and ancillaries are required to support VHF/UHF AM/FM, SATCOM (SC/DAMA/IW) and SRW waveform operations? w. Does the radio have a display that will provide day/night readability and be compatible with Night Vision Goggles (NVGs), thereby allowing users to see and control the system? x. How long does it take for the radio to power-up and become fully operational? y. What types of input power does the radio accept, (AC/DC/chargeable/re- chargeable batteries)? Is it MIL- STD1275B compliant? z. Please list battery specifications and MIL-STD compliance. How long will the radio operate at full power, with an 8/1/1 duty cycle on battery power? aa. How many net presets and keys can the radio hold, and what is the tuning resolution? ab. Can the radio be operated by a remote device? ac. What is the offeror's ability to rapidly manufacturer/deliver radios in large quantities? ad. Does the radio meet DIACAP Certification & Accreditation requirements? If not, what is the plan to receive DIACAP approval? ae. If any other networking waveforms (military or commercial) are hosted in the radio, please describe features. af. Address any network management features associated with the implementation of network waveforms. 3.0 Responses 3.1 Interested parties are requested to respond to this RFI by submitting a white paper which shall address the issues in Section 2 of this RFI. In some cases the Government may allow/request additional information (clarification) in the form of a PowerPoint brief. 3.2 White papers must be in Microsoft Word for Office 2000 or later compatible format and are due no later than 1500 PDT on 26 June 2009. Responses shall be submitted via e- mail only to sharon.pritchard@navy.mil. Industry is welcome to address the complete RFI or a portion thereof; if addressing only a portion of the RFI ensures that it is clear to the Government which section is being addressed. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Data marked proprietary will be protected in accordance with all applicable statutes and regulations. Industry is advised that the Government will not individually grade and return responses. 3.3 The following is a list of support contractors that the Government intends to use to assist in the evaluation of the white papers: The Government requests any party submitting a white paper in response to this RFI to expressly state on the cover page of its white paper that the Government may release the white paper to the parties identified above for the sole purpose of assisting the Government in the evaluation of the white paper. In the absence of such a statement, the Government will assume the responder does NOT agree to the release of its submission to Government support contractors. 3.4 Section 1 of the white paper shall provide administrative information, and shall include as a minimum, the name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. Administrative information should also contain current contract vehicles with JTRS and the Contracting Officers information. All industry respondents should indicate their business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran- owned small business, service-disabled veteran-owned small business). Small business concern means a concern, qualified as a small business under the criteria and size standards in 13 CFR part 121. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. 4.0 Questions: Questions regarding this announcement shall be submitted in writing by e-mail to the sharon.pritchard@navy.mil. Verbal questions will NOT be accepted. Questions will be answered by 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 received after 24 June 2009 will be answered. To access the SPAWAR E- Commerce Central website, go to https://e-commerce.spawar.navy.mil. Click on SSC PAC, then Market Surveys, then JTRS Man pack RFI 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 https://e- commerce.spawar.navy.mil/. 5.0 Summary: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to obtain information relevant to the JTRS NED-N product line described above. The information provided in the RFI is subject to change and is not binding on the Government. SPAWAR has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Submissions will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/SSC-Pacific_MKTSVY_74ED2/listing.html)
 
Record
SN01843692-W 20090614/090612235707-a803b226c959ef98912bc25f49475faa (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 |
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.