Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2013 FBO #4176
MODIFICATION

58 -- Request for Information for Warfighter Information Network-Tactical Increment 1 Tactical Network Modernization and Transportable Tactical Command Communications

Notice Date
4/29/2013
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T13R0059
 
Response Due
5/17/2013
 
Archive Date
6/28/2013
 
Point of Contact
Colleen Dodd, 443-861-4985
 
E-Mail Address
ACC-APG - Aberdeen Division B
(colleen.p.dodd.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is issued solely for information and planning purposes - it does not constitute a Request for Proposals (RFP) or a promise to issue an RFP in the future. This RFI does not commit the U.S. Government to a contract for any supply or service whatsoever. Furthermore, the U.S. Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI and all costs associated with responding to this RFI will be solely at the interested parties' expense. Not responding to this RFI does not preclude participation in any RFP, if one is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor this site for additional information pertaining to this requirement. Program Manager Warfighter Information Network - Tactical (PM-WIN-T) Increment 1 (Inc 1) seeks industry feedback regarding the Signal Modernization Program initiatives. The Signal Modernization Program will transform and augment the Army's communication capabilities and extend the network to lower echelons via modular, scalable and interoperable nodes. Operational requirements have pushed the need for nodes lower in the formation. These nodes will operate in commercial and military satellite bands and will support up to four enclaves with voice, data and video teleconferencing. These requirements will be executed via the Transmission Capability Production Document (CPD) and the Transportable Tactical Command Communications (T2C2) (CPD). Both CPD documents are still in the approval process with expected approval in 4QFY13 for T2C2 and late 1QFY14 for Transmission. Formal guidance required to proceed with the acquisition program is being addressed with a Directed Requirement currently being staffed. To demonstrate Signal Modernization initiatives, the Expeditionary Signal Battalion (ESB) quote mark Proof of Concept quote mark will demonstrate materiel and organizational changes in the ESB structure in order to provide increased network capacity / capabilities to support Command Posts (Company through Brigade) and to Install, Operate and Maintain (IOM) these capabilities without increasing organizational manning. The intent is to reconfigure the 86th ESB at FT Bliss, TX and select Regional Hub Nodes (RHNs) to conduct a series of operational and system evaluations in FY 14-15. These evaluations will include support to Maneuver Brigade Combat Teams (BCTs) and Functional Brigades and will be conducted in conjunction with the Brigade Modernization Command (BMC) sponsored Network Integration Evaluations (NIEs). The US Army Signal Center of Excellence (SigCoE) will use the quote mark Proof of Concept quote mark to confirm that the ESB can provide increased capacity / capabilities within full spectrum operations; support additional Command Posts; meet IOM requirements within the ESB force structure and reduce signal footprint / strategic lift requirements. Extension of the Army's network footprint will be addressed via the T2C2 program. T2C2 provides small teams and company-sized early entry units robust voice and data communications capabilities in the early phases of joint operations. T2C2 supports Mission Command Applications and services. Variant 1 provides Global Information Grid (GIG) access to the small, highly dispersed team-size elements while At-the-Halt (ATH) on military satellites or commercial satellites. Variant 2 provides high capacity GIG connectivity to company size units command posts while ATH on military satellites or commercial satellites. Executive Summary PM-WIN-T Inc 1is seeking industry feedback on five technology areas: Terrestrial Line-of-Sight radios, Tropospheric Scatter technology, Deployable Cellular systems, Radio cross-banding, and Man-portable SATCOM systems. Satellite communications is the primary connectivity between WIN-T Increment 1 and Increment 2 equipment. Incompatibilities between the terrestrial radios in the WIN-T increments cause inefficiencies in the network which are detrimental to military operations. PM WIN-T Inc 1 is looking for a solution that directly links WIN-T Increments 1 and 2 using high bandwidth terrestrial communications. Additionally, PM WIN-T INC 1 is looking to replace the existing Tropospheric scatter (TROPO) communications equipment in the ESBs to provide greater throughput, require less manning and have significant deployment and employment advantages in size, weight, and power. An interface to the WIN-T system is required to support soldier cellular data devices. These devices utilize a transport base station that will reside in WIN-T equipment. This capability is required at all command posts, echelons division through company, that are supported with WIN-T equipment. Cellular capability is also required at ESBs to support command posts that do not have organic WIN-T assets. Provide small teams and company-sized early entry units robust voice and data communications capabilities in the early phases of joint operations. T2C2 supports Mission Command Applications and services. Variant 1 provides GIG access to the small, highly dispersed team-size elements while ATH on military satellites or commercial satellites. Variant 2 provides high capacity GIG connectivity to company size units command posts while ATH on military satellites or commercial satellites. Finally, provide a solution allowing connections between telephones, combat net radios, first responder radios and voice applications into a single, on-call voice network. The capability to bridge disparate voice devices into a net will be available from Corps through company echelons. Network management for this capability resides at Corps through battalion echelons. Requirements Terrestrial Transmission System PM WIN-T Inc 1seeks industry feedback regarding availability of a production representative high capacity line of sight radio that will meet the terrestrial transmission requirement of the Tactical Network Modernization for the ESBs which will allow Soldiers to seamlessly communicate between WIN-T Increments. Currently, each WIN-T increment leverages different waveforms which are not compatible. Inc 1 employs the HCLOS UHF radio in the AN/TRC-190 and Inc 2 is fielding the On-the-Move capable Highband Networking Waveform. These incompatibilities between the terrestrial radios in the WIN-T increments cause inefficiencies in the network which are detrimental to military operations. Therefore, PM WIN-T INC 1 is seeking terrestrial transmission hardware platform that shall be capable of porting waveforms used by WIN-T to allow interoperability between Increments. The terrestrial transport shall provide 32 Mbps measured point to point) (threshold), and 48 Mbps (objective) data throughput at 30 km per link. The terrestrial transport shall equip each of the 23 ESBs with equipment to support 25 data links. The terrestrial transport shall provide data transmission systems interoperability between ESBs, WIN-T Inc 1 and WIN-T Inc 2. The terrestrial transport capability shall leverage existing WIN-T antenna masts. Current antenna masts that exist within the WIN-T Increments (15 meter and Tactical Radio Tower (TRT) are acceptable and should be reused to meet this requirement. The terrestrial transport capability shall use existing power sources. Transmission systems shall support Unclassified, Coalition, Secret (Threshold), and TS SCI (Objective) domains. Troposcatter Transmission: PM WIN-T Inc 1seeks industry feedback regarding availability of a production representative, high bandwidth, beyond line of sight communications based troposcatter system to provide a significant capability enhancement to expeditionary forces. This system shall be housed in a transit case in order to dramatically reduce setup time and manning requirements. The troposcatter capability shall collapse to three (threshold), (two objective) hard side cases. The troposcatter capability shall collapse into hard side cases that are each two person carry (threshold), one person carry (objective) as defined by MIL-STD-1472F. This capability is an upgrade to Troposphere scatter systems and replaces existing shelter based TROPO communications equipment in ESBs. The troposcatter capability shall provide 32 Mbps (threshold), 64 Mbps (objective) data throughput at 100 nautical miles. The troposcatter capability shall equip each ESB with equipment to support three (threshold) (four objectives) data links. The troposcatter capability shall be radio frequency compatible with the AN/TRC-170V (3) troposcatter equipment. The troposcatter capability shall have a self-aligning antenna system. The troposcatter capability shall require two (threshold), one (objective) soldiers to perform duties as troposcatter radio terminal operator. Cellular and Wireless Network Access PM WIN-T Inc 1 seeks industry feedback regarding availability of a production representative of a Wireless Network Access that will meet the Tactical Network Modernization requirements. This capability shall support wireless interfaces (unsecure and secure) into the WIN-T network to support soldier Wireless Local Area Network (WLAN) connectivity within the tactical Command Post footprint. The wireless LAN capability shall support the Institute of Electrical and Electronics Engineers' (IEEE) 802.11 standards. This capability is required at Company to Division level for units that do not have organic WIN-T assets and are supported by an ESB. Transmission systems support for each user will provide.5 Mbps (threshold), 1.5 Mbps (objective) user data rate for uploads at a distance of 5 kilometers (threshold) and 15 kilometers (objective). Transmission systems support for each user will provide 1 Mbps (threshold), 2.5 Mbps (objective) user data rate for downloads at a distance of 5 kilometers (threshold) and 15 kilometers (objective). Each cellular support capability will support 32 simultaneous users (threshold), 96 active users (objective). Each cellular support capability will provide voice, video and data in Unclassified and Mission security enclaves (threshold) and Secret (objective). The system will be capable of providing the full cellular capability in 10 MHz of spectrum (3G) and 20 MHz (4G LTE). Radio Bridging and Voice Crossbanding PM WIN-T Inc 1 seeks industry feedback regarding availability of a Radio-Cross Banding capability that will be interoperable with local, state, and federal agencies. The Radio-Cross Banding capability shall be voice interoperable with the current WIN-T voice architectures based on Session Initiation Protocol (SIP). The Radio Cross Banding shall provide easily deployable tactical, transportable, fixed, and mobile applications. The Radio Cross Banding shall provide interoperability with Army and commercial radio systems operating in the UHF, VHF, and 700/800 MHz bands. Transportable Tactical Command Communications (T2C2) V1 PM WIN-T Inc 1 seeks industry feedback regarding availability of a production representative man-portable satellite based communication suite that can support 2-6 person teams. The system shall meet airline carry-on requirements and support X and Ka-band satellite transmission. The system shall support a minimum transmit data rate of 512 Kbps and receive rate of 512 Kbps. The system shall be capable of integrating Viasat's Small Form Factor Linkway S2 based modem to be compatible with the exiting Inc 1 network. The system shall provide an option for integrating a Small Form Factor NCW interoperable modem. The baseband shall include a WAN Router with a High Assurance Internet Protocol Encryptor HAIPE Type 1 encrypted User enclave that supports VoIP telephony and data transmissions optimized for satellite transmission. Standards based voice and data routing protocols are required. The system shall be capable of being unpacked and accessing the GIG in 20 minutes or less. Transportable Tactical Command Communications (T2C2) v2 PM WIN-T Inc 1 seeks industry feedback regarding availability of an at-the-halt satellite based communication suite that can support Company sized elements. The system shall meet airline checkable requirements and support X and Ka-band satellite transmission. The system shall support a minimum transmit data rate of 1544 Kbps and receive rate of 2048 Kbps. The system shall employ Viasat's Linkway S2 modem to be compatible with the existing Inc 1 network. The system shall provide an option for integrating a Small Form Factor NCW interoperable modem. The baseband shall include a WAN Router and two (2) HAIPE Type 1 encrypted User enclaves that supports VoIP telephony and data transmissions optimized for satellite transmission. Standards based voice and data routing protocols are required. The system shall be capable of being unpacked and accessing the GIG in 30 minutes or less. Responses All submissions in response to this RFI shall include company names, Point of Contact to include, name, position, telephone number and email address. Interested parties are encouraged to respond to this RFI on or before 17 May 2013, 1600 Eastern Daylight Time. All responses shall be transmitted electronically via email to: JoAnn M. Mazza Contracting Officer joann.m.mazza.civ@mail.mil And Colleen P. Dodd Contract Specialist colleen.p.dodd.civ@mail.mil. Interested parties are requested to respond to this RFI with a white paper. White papers shall be limited to three pages count per capability. All submissions should be in Microsoft Word for Office 2007 or a compatible format. Responses to this RFI shall be unclassified. Telephone or verbal inquiries regarding this notice will not be honored. All restricted information SHALL be clearly marked. Responses to the RFI will not be returned and no feedback or evaluations will be provided to companies regarding their response to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a5404839c7caf6ff93c9a9e59d8a58b9)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN03048046-W 20130501/130429234726-a5404839c7caf6ff93c9a9e59d8a58b9 (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.