Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2010 FBO #3109
SOURCES SOUGHT

59 -- Mobile Distributed C4ISR Architecture (MDCA)

Notice Date
5/28/2010
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-10-R-0234
 
Archive Date
7/13/2010
 
Point of Contact
Christine Yezzo, , Keith P Davis,
 
E-Mail Address
christine.yezzo@navy.mil, keith.davis@navy.mil
(christine.yezzo@navy.mil, keith.davis@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Mobile Distributed Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) Architecture (MDCA) SOLICITATION NUMBER: N68335-10-R-0234 GENERAL INFORMATION: Document Type: Request For Information Classification Code: 5895 NAICS Code: 334519 Contracting Office Address: Department of the Navy, Naval Air Systems Command Naval Air Warfare Center Aircraft Division - Lakehurst Contracts Navy Department Hwy. 547 Attn:B562-3C Lakehurst, NJ, 08733-5083, United States REQUEST FOR INFORMATION: PURSUANT TO FAR 15.201(e) BACKGROUND/PURPOSE: The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communications Requirements (SCR) Division, in support of the United States Special Operations Command (USSOCOM), Science & Technology (S&T) is surveying the commercial vendor community for all interested parties capable of providing a Mobile Distributed Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) Architecture (MDCA) or providing systems specifically designed to interface with MDCA. USSOCOM has historically procured Family of Special Operation Vehicles (FOSOV), Combatant Craft and other platforms without sensors, electronic countermeasure systems, C4ISR, Situational Awareness, or Navigation capabilities. Platform capability has been mission tailored, using modular, adaptable, and scalable equipment selected from existing Programs of Record (POR) to provide C4ISR capabilities required to execute missions. Current systems onboard Special Operations Forces (SOF) platforms are co-located, but independent; no single solution exists providing interoperable and supportable C4ISR capabilities across the wide range of SOF platforms. USSOCOM has a need for commonality of C4ISR interfaces between SOF service components and capabilities. The primary objective of MDCA is to define a “Plug and Play” framework based on open Industry Standards that will enable a SOF platform to monitor and control all installed communications, navigation, defensive, platform support, weapons and situational awareness systems from a single interface supporting multiple crew stations and/or applications. The current capabilities and hardware sets currently fielded within SOCOM include but are not necessarily limited to the following: •Communications: oAN/VIC-3 Vehicle Intercom System oAN/PSC-5D, AN/PRC-148, AN/PRC-150, AN/PRC-117F, AN/PRC-117G Radios •Defensive: oElectronic Countermeasure Mobile Multi-Band Jammer (MMBJ)/EGON oSelective Availability/Anti-Spoofing Module (SAASM) •Weapons: oCommon Remotely Operated Weapon System (CROWS) II o(Spiral 2) Remote Operated Small Arms Mount (ROSAM) Mod 1 •Situational Awareness oFalconView oDefense Advanced GPS Receiver (DAGR) GPS oAPX-100 Identification Friend or Foe (IFF) and KT 1C IFF Security oCombatant Craft Forward Looking Infrared (FLIR) oGround Mobility Visual Augmentation System – Long Range oAN/PAS-13 Thermal Weapon Sight oJoint Tactical C4I Transceiver System (JTCITS) Inc I: Remotely Operated Video Enhanced Receiver (ROVER) III and IV o(Spiral 2) Universal Serial Bus (USB) Embedded National Tactical Receiver (ENTR) o(Spiral 2) JTCITS Inc II TECHNICAL DISCUSSION: The goal of this RFI is to explore the technical aspects of the components of this requirement. The Government is seeking industry input to assist in identifying features and approaches to meet the general requirements described below. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is requested that respondents provide information that addresses the following key capabilities of a MDCA: 1.Service Oriented Architecture: How future data, hardware, and applications will be exposed through software services (especially web services) driving enterprise standardization using Service-Oriented Architecture (SoA) and Enterprise Service Bus (ESB) concepts. 2.Virtualization: Strategy for virtualization of hardware, software, data and applications and use of virtualized environment for the enterprise. 3.Cross-Domain Security Data Solution: What/how innovative solutions can be developed that can work across multiple security domains. 4.Data strategy: How data needs to be classified, cataloged, tagged, accessed, searched and stored using standard, unified interfaces. 5.Each user of a MDCA requires the capability to store, access, share and backup data, host and access applications, collaborate within and across the subsystems 6.The MDCA requires seamless registration and identity management and authentication. ADDITIONAL INFORMATION: In response to this RFI, respondents shall submit written responses, not-to-exceed twenty (20) pages in length (including cover letter) via electronic mail. In addition, up to five (5) attachments that consist of briefing slides, pre-printed commercial brochures, and/or architectural views/diagrams are permitted to be submitted with the written response. The Government’s intention is to gain a better understanding of current, state-of-the-art capabilities and strategies to determine the best acquisition approach for this effort. Industry feedback is vitally important and the Government will be receptive to any and all ideas received from industry. This RFI in an effort to understand market availability, technical characteristics, and functionality of Information Technology (IT), standards, Roadmaps, tools, or products capable of satisfying the technical, functional, and /or operational capabilities described in this RFI. The government has neither intention nor desire to develop any new technologies associated with this effort. Rather the intent is to work towards making better use of/identifying applicable existing open standard architectures, interfaces, and data protocols thereby facilitating easier integration and interoperability with current and future hardware designs and software applications and eliminating proprietary designs that limit interoperability. Furthermore, USSOCOM is not interested in a platform specific solution set or design at this time but a capability that will provide a cross fleet solution. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. The information provided may be used by SOCOM in developing its future acquisition strategy. **PLEASE NOTE: The Government intends to use contracted support contractors from Booz Allen Hamilton to assist with review and analysis of responses to this RFI. Each contractor will be responsible for obtaining Non-Disclosure Agreements (NDAs) from each respondent to this RFI. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND: Technical questions and industry responses to this RFI shall be submitted via email no later than 4:00PM E.S.T Monday, June 28th, 2010 to the following individuals: Mr. Keith Davis at keith.davis@navy.mil Ms. Christine Yezzo at christine.yezzo@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10-R-0234/listing.html)
 
Record
SN02164043-W 20100530/100528235947-7f0ff39750a18fec5871d70e798caead (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.