SOURCES SOUGHT
70 -- N66001-10-X-0057 - Link 16 Software In-Service Support
- Notice Date
- 11/20/2009
- Notice Type
- Sources Sought
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- SSC-Pacific_MKTSVY_7A83A
- Response Due
- 12/7/2009
- Archive Date
- 12/22/2009
- Point of Contact
- Point of Contact - Stephen T Bolger, Contract Specialist, 619-553-7204
- E-Mail Address
-
Contract Specialist
(steve.bolger@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.0 DESCRIPTION Joint Program Executive Office (JPEO) Joint Tactical Radio System (JTRS) Network Enterprise Domain (NED) is seeking information from interested parties on their capabilities to provide Software In-Service Support (SwISS) for the JTRS Link 16 waveform software. The intent of this procurement is to provide technical support, software maintenance/upgrades, and enhancements to baseline JTRS Link 16 waveform software, to include changes/updates required by the NSA Cryptographic Modernization initiative. This is a request for information only as defined in FAR 15.201(e). It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Responses to this notice shall not be construed as offers and cannot be accepted by the Government to form a binding contract. 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 partys expense. Not responding to this RFI will not preclude participation in any future RFP if issued. 2.0 BACKGROUND The Department of Defense established the JTRS program to provide a family of software programmable radios designed around a Software Communications Architecture (SCA). As such, the JTRS will provide reliable multi-channel voice, data, imagery, and video communications and eliminate communications problems caused by "stovepipe" legacy systems. The JTRS will achieve these objectives through the procurement and fielding of a digital, programmable, modular communication system based on software-defined radio technology. The JTRS program consists of a series of joint acquisition activities, managed by JPEO JTRS. The objective of JTRS is to develop, produce, integrate, and field a family of interoperable, digital, modular, software defined radios that operate as nodes in a network to ensure wireless communications and networking for mobile and fixed forces. Specifically, JTRS will have the ability to receive, transmit, and relay voice, data, and video. JTRS is being developed in a Joint environment, thus allowing maximum hardware and software commonality and reduced porting efforts across Service platforms. Through implementation of common waveforms, radios, software, and select ancillary component and network management equipment, JTRS will enable enhanced interoperability, reusability, supportability, and software portability, and will result in improved speed to capability, and more effective implementation of incremental capability improvements. As part of this initiative, the JTRS NED program is evaluating the means by which they can establish and provide Software In-Service Support for the JTRS Link 16 software within this family of communications products. 3.0 REQUESTED INFORMATION Interested firms are invited to respond to this sources sought by providing a white paper that summarizes their relevant experience, knowledge, and capabilities regarding JTRS Link 16 Software In-Service Support as identified below. 3.1 Describe process to investigate and validate problem reports with JTRS Link 16 software. 3.2 Experiences and/or capabilities with development, enhancement and maintenance of JTRS and Link 16 waveform software. 3.3 Experiences and/or capabilities in porting and porting support of JTRS and Link 16 waveform software. 3.4 Experiences in conduct of Formal Qualification Testing (FQT) of JTRS and Link 16 waveform software including JTEL testing for SCA and Application Programming Interface (API) standards compliance. 3.5 Experiences in support of NSA Information Assurance (IA) assessment of JTRS and Link 16 waveform software including Unified INFOSEC Criteria (UIC) allocation and Waveform Software Security Report (WSSR) development. 3.6 Capabilities to identify, provide and maintain a suitable waveform development and test environment. Identify test tools or lab equipment that is required as GFE/GFP and the estimated need date (e.g. 60 days after contract award). Describe how your company will integrate the JTRS Link 16 waveform into a suitable test environment to allow complete testing of modified software. 3.7 Experiences writing test procedures, developing and updating test emulators, simulators and other test support software and hardware for testing JTRS waveform software. 3.8 Knowledge of JTRS API standards, JTRS UIC, JTRS NED Waveform Portability Guidelines, JTRS Software Standards, JTRS SCA requirements, and interoperability certification requirements. 3.9 Describe your experience with Link 16 TADIJ message types and Link 16 net structures. In addition comment on how your company would redesign the TADIL J message for OTAR, OTAZ and Link 16 waveform processing to support Cryptographic Modernization. 4.0 RESPONSES Interested parties should respond to this RFI with a white paper. Please be advised that all responses become government property. White papers, in PDF or Microsoft Word compatible format, shall be submitted via e-mail to the JTRS Contracting Office no later than 15:00 PST, 7 December 2009. White papers shall not exceed 20 pages single sided (10 pages double sided) in Arial 12 font. Submissions shall be sent to steve.bolger@navy.mil. Please include reference No. N66001-10-X-0057 in your submission. Proprietary information, if any, should be minimized and, if present, clearly marked. To aid Government planners, please segregate proprietary information. 4.1 The white paper shall include the following information: 4.1.1 Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, e-mail address of designated point of contact, Cage Code, and DUNS number. 4.1.2 Business type (i.e., large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman- owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541511, Custom Computer Programming Services. Please refer to Federal Acquisition Regulation (FAR) Part 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.acquisition.gov/comp/far/ind ex.html 4.1.3 Responses to the requested information addressed in section 3.0. 5.0 POINTS OF CONTACT This is a JTRS NED RFI. Any questions regarding this request should be submitted by e-mail to steve.bolger@navy.mil. Questions will be answered by posting answers to the SPAWAR E-Commerce Central website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/SSC-Pacific_MKTSVY_7A83A/listing.html)
- Record
- SN02008753-W 20091122/091121000700-3ff46914c9b2d41ff6069c26be72eef2 (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 |