Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SPECIAL NOTICE

R -- Request for Information - Software In-Sustainment Support (SwISS) Spectrum Aware Tactical Radio (SATR) Dynamic Spectrum Access (DSA)

Notice Date
12/10/2019 11:06:10 AM
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T20RSATR
 
Response Due
12/23/2019 2:00:00 PM
 
Archive Date
01/07/2020
 
Point of Contact
Gregg Martin, Brian Bosmans
 
E-Mail Address
gregg.g.martin.civ@mail.mil, brian.c.bosmans.civ@mail.mil
(gregg.g.martin.civ@mail.mil, brian.c.bosmans.civ@mail.mil)
 
Description
Software In-Sustainment Support (SwISS) Request For Information (RFI) Product Manager Waveforms (PdM WF) The Government is seeking information from vendors that can provide technical support, software development, enhancement, maintenance, and product improvements to the U.S. Government Network Service (NS) Spectrum Aware Tactical Radio (SATR) Dynamic Spectrum Access (DSA). SATR DSA NS is an Office of the Secretary of Defense (OSD) funded Spectrum Access Research & Development Program (SAR&DP) initiative, the management of which is planned for transition to PdM WF during Fiscal Year (FY) 2021 to be matured to a Technology Readiness Level (TRL) 8/9 product from a TRL 6. Once transitioned, the intent is for SATR DSA development to be performed on the SwISS IDIQ contract, utilizing the Joint Tactical Networking Center (JTNC) Information Repository (IR). SATR DSA allows the U.S. Army to be spectrally efficient while sharing spectrum with commercial entities, ensuring the continued access to spectrum that has been auctioned off (AWS-3) by the Federal Communications Commission (FCC).The purpose of the RFI is to 1) identify vendors capable of providing the aforementioned services and 2) determine if a vendor on-ramp activity is needed for the SwISS IDIQ contract.The Government requests a response in accordance with the below submission requirements on the following questions to encourage competition and exchanges of information: Please provide any questions, comments, and feedback. If your company is not a current PdM WF SwISS vendor, Please list and provide a brief description of any tactical radio hardware or software products your company produces. Please include current customer(s) in product descriptions. Does your company participate in the Joint Tactical Networking Center (JTNC) Standards discussions, and are you familiar with the standardization process? Does your company have experience integrating a radio service such as SATR DSA with a new Waveform product? Does your company have experience certifying a radio service such as SATR DSA? If so, please describe. Include the product(s) name and specific certifications including the certifying organization (i.e. National Security Agency, National Institute of Standards and Technology, etc.) Does your company have Spectrum Access software development experience? Please include any examples that might be relevant to the SATR DSA effort. Experience may but does not need to be limited to current Army Tactical Radios or Army developmental efforts. Please provide any additional information and/or list and describe any additional product lines or experience that may be relevant to the SATR DSA effort. Would your company propose on potential future requirements relating to the SATR DSA effort? Yes or No? If your company does not plan to propose, please explain. Does your WDE currently support SATR DSA, or will your company require time for initial integration? If applicable, please provide a rough estimate of time required for integration? What Waveform Application(s) (WFA) and versions does the intended WDE support? To what level is your WDE integrated with the Joint Enterprise Network Manager (JENM) and/or Atom and Black Sails? To what extent is your WDE flexible in terms of reliance on a specific Network Management System (NMS)? Please include the following with your response: Company name and CAGE code Point of contact and email address THIS IS NOT A SOLICITATION: The Government is not obligated to make an award as a result of this request. This Request for Information (RFI) is for informational purposes only; this is not an Invitation for Bid (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any preparation expenses in response to this RFI and is in no way obligated by the information received. Any costs incurred by interested companies in response to or as a result of this announcement will NOT be reimbursed. The information provided may be used by the Army in developing a future acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7ccea77fd1e848f4aeee06ff98bc5a1c/view)
 
Place of Performance
Address: 175, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05512706-F 20191212/191210230249 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.