Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
MODIFICATION

A -- Small Form Factor (SFF) Tactical Cross Domain and Multilevel Information Sharing Solutions and Supporting Technologies

Notice Date
9/17/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
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-XX-X-XXXX
 
Response Due
10/2/2009
 
Archive Date
12/1/2009
 
Point of Contact
John Favara, 410-436-1487
 
E-Mail Address
US Army C-E LCMC Acquisition Center - DAAB07
(john.favara1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) AND NOT A SOLICITATION. However the reference number is W15P7T08RP415. The Government (US Army CERDEC) is requesting information from companies that provide technologies that include Small Form Factor (SFF) Tactical Cross Domain and Multilevel Information Sharing Solutions and Supporting Technologies Current cross domain solutions do not address SFF tactical requirements for the Warfighter, and the joint military forces have expressed a growing need to share data across various classification boundaries on the tactical battlefield. The gap between what is needed and what is available to support tactical multilevel information sharing is growing. Common SFF tactical CDS needs identified to date include: "Segregating/processing/displaying information from multiple security domains (e.g., SECRET, CONFIDENTIAL, CUI, UNCLASSIFIED) on the tactical battlefield "Managing (possibly remotely) an incredible number of tactical small form factor cross-domain devices "Broad range of form factors to match the tactical environment and usage (e.g., hands free, handheld, wearable, vehicle mounted). Small form factors offering dramatic reductions in size, weight, and power for enhanced warfighter endurance (e.g., milliwatt consumption and weighing only a few ounces) "Transmitting data/voice from both SECRET and UNCLASSIFIED security domains in a uni-direction and/or bi-directional flow in the tactical environment "Handling and transferring tactical Variable Message Formats (e.g., K5.01 (PLI), K5.19 (Red Side Situation Awareness), 47001C with binary attachments) within and between SECRET and UNCLASSIFIED security domains. "Integrating and sharing of multiple data feeds, at different classification levels, on a single tactical display as, for example, a picture-in-picture "Uni- and bi-directional tactical sensor control and data flows between UNCLASSIFIED and SECRET mobile networks "Low power, low latency tactical message content checking for malicious code "Attestable, trustworthy connections between system-high components and tactical cross-domain solutions. "Include secure tactical, SFF tactical, one-way (Unclassified to Classified) transfer for Position-Location Information (K5.01) data. "Building these SFF tactical CDS devices securely; by defining and implementing NSA (National Security Agency) security controls necessary for field use. This list is not comprehensive, and it is CERDECs vision that these and all tactical Warfighter cross-domain and multilevel information sharing needs are addressed with a holistically considerate, modular open system architecture (MOSA) allowing needs to be satisfied quickly as they are discovered. Interfaces will be open and standardized, and modification of any module should minimize interference with the trust relationships between other modules. Objectives may include but are not limited to: 1) Establishing a baseline of existing and planned tactical Cross Domain Solutions (CDS) and technologies that may or may not exist within other DoD baselines. 2) Conducting a gap analysis against currently identified and anticipated tactical Warfighter needs. The US Army CERDEC is requesting information that describes existing and planned technologies and solutions related to the SFF needs listed, as well as to describe other needs not listed above. The use of the term technologies, as used here, is intentionally broad to span from chips to algorithms, operation systems, devices and other integrated systems. CERDEC requests that white paper submissions briefly and clearly describe these technologies and the potential approach or concept to address Warfighter needs, outline critical technical issues, describe specific I/O interfaces, and comment on the expected performance, robustness, affordability, size, weight, and power requirements of the proposed approach as well as how the technology or solution does or does not fit within a MOSA framework. Capabilities available and planned should be described over a range of possible constraints (e.g., capabilities of offered and planned technologies with constraints for power: 1, 10, 100, and 1000 milliWatts, for weight: 0.1, 1 and 10 ounces, for costs and trustworthy device management: 10, 100, 1000, 10k, and 100k devices). Flexibility of the available and planned technologies with respect to form factor should also be described. Furthermore, the development, deployment, and certification status of the technology should be described as well as what discussions have commenced between the respondent, Service CDSOs, UCDMO, and NSA engineers and evaluators. Respondents are encouraged to provide an estimated timeline/schedule for reaching critical milestones for development, certification, and low-rate initial deployments. DATA SUBMISSION REQUIREMENTS: Areas are enumerated below in order of importance. Please address as many of the following as possible in your Information package: 1. Technical Approach 2. NSA experience building NSA approved devices and the CDS Certification and Accreditation process is a primary consideration. 3. All relative specifications 4. Historically related experience 5. Statement of interest, either as a prime- or a sub-contractor/partner/team member 6. Description of qualification 7. Description of existing or planned services Proprietary information will not be disclosed outside the U.S. Government. All interested firms, regardless of size are encouraged to respond to this request for information. It should be noted that this is a market survey and not a pre-solicitation notice. A pre solicitation notice will be published if a formal solicitation is generated. No awards will result from this market survey. Nothing shall be construed herein or through the market survey process to commit or obligate the Government to further action as a result of this market survey. Firms responding to this market survey shall bear all risk and expense of any resources used to provide the requested information, and all information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. Respondents must submit their product brochures, technical data, or other information concerning performance and cost within 30 days of this publication. Responses may be sent via email to john.favara1@us.army.mil or by regular mail to US Army CECOM Contracting Center, ATTN: CCCE-CB-TF (FAV), Bldg E4811, Aberdeen PG, MD 21010. No solicitation document exists at this time. This market survey is for information and planning purposes only. This is not an Invitation for Bid (IFB) or a Request for Proposal (RFP) and is not to be taken as a commitment by CECOM Contracting Center. Contracting Office Address: US Army CECOM Contracting Center, Bldg E4811, Aberdeen PG, MD 21010. Place of Performance: CERDEC Space & Terrestrial Communication Directorate, Myer Center, Ft Monmouth, NJ 07703-5000 US Point of Contact(s): John Favara 410-436-1487
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAB07/W15P7T-XX-X-XXXX/listing.html)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN01959504-W 20090919/090918000734-019f34e622e0ee4ae7e3fcba7c96f0f6 (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.