Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
SOURCES SOUGHT

58 -- Commercial Coalition Equipment (CCE) with Radio Bridging Voice Capability (RBVC) - RFI Attachments

Notice Date
6/12/2018
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W15P7T) Division B, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-18-R-0016
 
Archive Date
7/12/2018
 
Point of Contact
Jay Ucci,
 
E-Mail Address
jason.t.ucci.civ@mail.mil
(jason.t.ucci.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI Attachment 4 RFI Attachment 3 RFI Attachment 2 RFI Attachment 1 This Request for Information (RFI) and associated attachments 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; 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. The Army Contracting Command - Aberdeen Proving Ground on behalf of PdM Netmod is seeking potential sources capable of manufacturing, delivering and supporting a Coalition capability that is compatible with existing Warfighter Information Network-Tactical (WIN-T) systems and equipment. These systems are required to meet one of the initiatives of the Signal Modernization (SIGMOD) Program that will transform and augment the communication capabilities of Army's Expeditionary Signal Battalions (ESBs) and extend the network to lower echelons via modular, scalable and interoperable equipment. The CCE system is expected to provide a Radio Bridging Voice Capability to not only Coalition partners with US forces within WIN-T Army communication architecture, but also with United States Coalition partners. This effort is expected to include the production/acquisition, integration, testing and delivery of all equipment; identification of spares; generation of logistics documentation; training; logistics and maintenance support (including repair); configuration management; support to Government testing; and engineering support services (including field support and technical refreshment) required to support the CCE system. Summary of Requested Capabilities: "Complete" System must meet minimum physical size of a roll-aboard hard side transit case, capable of fitting into overhead storage slot of any commercial airliner. Smaller is preferred. The CCE Radio-Cross Banding capability will be interoperable with Local, State, and Federal agencies. Minimum of 8 port ROIP module. The CCE Radio-Cross Banding capability will be voice interoperable with the current WIN-T Voice architectures as well as be upgradable to all WIN-T Incremental maturing technologies. Cable adapters for RJ45 to radio specific connector across US and NATO radios. Tactical Voice Bridge is applicable. The CCE Radio Cross Banding capability will be easily deployable in tactical mounted, dismounted, fixed, and/or mobile applications. The CCE will provide Type 1 encryption (HAIPE) device(s) compatible with Army systems The CCE will provide interoperability and cross-banding services with U.S. Army and Allied radio systems operating in the UHF/VHF bands. The CCE will be designed in multiple scalable versions. Design must be expandable from the required 25 user minimum, up to 250 users within the same common base system. Server requirements are as follow: 64GB of RAM that is expandable, 4TB minimum of on-board storage, minimum of 8 Cores, minimum of 4 CAT 5 ports, and TPM 2.0 compliant. Switch requirements are as follow: Minimum of 48, 10/100/1000 ports, all 48 ports providing POE. Minimum of 2 hour sustained battery life after power loss event, to allow for graceful shutdown for entire system. The CCE must meet a 30 minute setup, operation, and teardown time. The CCE capability will be developed utilizing a Small Form Factor (SFF) design in support of rapid deployment in expeditionary operations. With initial system intent of rapid forced entry, and sustained strategic network after forced entry utilizing the same common base system. The CCE capability must support the user's scalable requirement to support up to 250+ operational users at each echelon (Corps, Div, BCT, BDE, etc.). Provide a compact, light-weight, hand-held device that acts as a voice gateway between two disparate/incompatible tactical radio networks; whatever their band, frequency, mode, or encryption. Minimum of 2, TFOCA II, mode conditioned fiber ports. MIL-STD-810G- High Temperature (Operational); method 501.5, Hot Dry (A1) MIL-STD-810G- High Temperature (Storage); method 501.5, Hot Dry (A1) MIL-STD-810G- Low Temperature (Operational); method 502.5, Severe Cold (C3) MIL-STD-810G- Low Temperature (Storage); method 502.5, Severe Cold (C3) MIL-STD-810G- Rain; method 506.5, procedure I MIL-STD-810G- Humidity; method 507.5, procedure II MIL-STD-810G- Salt Fog; method 509.5 MIL-STD-810G- Sand and Dust; method 510.5, Procedures I and II MIL-STD-810G- Vibration; method 514.6, Procedure II (loose cargo transportation) Responses: Only interested firms who believe they are capable of providing and supporting CCE systems that meet the Government's requirements are invited to respond. Indicate interest by providing: a) Company name, company address, overnight delivery address (if different from mailing address), Cage Code, point of contact, e-mail address, telephone number, fax number. b) Business size and socio-economic category. c) Information on the proposed CCE system and how it meets the Government's requirements. Submission of Information: • All submissions should be in Microsoft Word for Office 2013 or a compatible format. • Responses to this RFI shall be unclassified and should not exceed 10 pages in length. Telephone or verbal inquiries regarding this notice will not be honored. All restricted information shall be clearly marked. Responses or feedback to the RFI may not be returned to companies regarding its response to this RFI. All responses and questions under this RFI must be transmitted electronically via e-mail to the following: Jason.t.ucci.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7078519f5ab9f6003d7cdc235a5a652d)
 
Record
SN04952511-W 20180614/180612230739-7078519f5ab9f6003d7cdc235a5a652d (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  © 1994-2020, Loren Data Corp.