Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2021 SAM #7277
SOURCES SOUGHT

R -- Command Control Communications Computers Cyber Intelligence Surveillance Reconnaissance (C5ISR)/Electronic Warfare (EW) Modular Open Suite of Standards (CMOSS) compliant Electronic Warfare (EW) Software Defined Radio (SDR) and/or related EW application

Notice Date
11/1/2021 11:49:04 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-22-R-E001
 
Response Due
11/30/2021 2:00:00 PM
 
Archive Date
12/15/2021
 
Point of Contact
Eric C. Pyles, Christopher R Gaines
 
E-Mail Address
eric.c.pyles.civ@army.mil, christopher.r.gaines4.civ@army.mil
(eric.c.pyles.civ@army.mil, christopher.r.gaines4.civ@army.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. No formal solicitation package is available. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Interested parties may identify their capability to meet all or portions of the requirements by submitting: A white paper, technical data, qualification and certification test data, logistics documentation and/or past performance data. This data must be provided to this office not later than 5:00 PM Eastern Standard Time on�November 30, 2021. Only responses received by this date will be considered. REQUIREMENTS The Army Contracting Command at Aberdeen Proving Ground, Maryland and Product Lead Electronic Attack (PdL EA) are conducting market research. The purpose of this market survey is to identify parties that have invested Internal Research and Development (IR&D) dollars to design a Command Control Communications Computers Cyber Intelligence Surveillance Reconnaissance (C5ISR)/Electronic Warfare (EW) Modular Open Suite of Standards (CMOSS) �compliant Electronic Warfare (EW) Software Defined Radio (SDR) and/or related EW application software.� Information sought is for the purpose of understanding the scope of work that can be accomplished within the below requirements and assumptions. The Army has defined a suite of open architecture standards named CMOSS to enable the reduction of C5ISR system size, weight and power - cooling (SWaP-C) and ensure commonality across multiple platforms by enabling the sharing of hardware and software components.� The Terrestrial Layer System � Small (TLS-S) prototype platform will be used for operational assessment of these architectures.� The prototype capability (CMOSS specified Open VPX, VICTORY, and MORA compliant Card) described in this RFI will be integrated into the TLS-S prototype platform with additional CMOSS compliant cards to include: Single Board Computer - Kontron VX305H-40G, Switch Card � Elma ComEth 4590a, and PNT � HTL_PNTRv Card.� The EW/SDR card will need to be integrated into this chassis configuration.� The card shall adhere to the slot profile SLT3-PAY-1F1U1S1S1U1U2F1H-14.6.11-4. Position, Navigation, Timing and Signal Resource interfaces should be VICTORY and MORA compliant, and responses must include information on any open architecture interfaces implemented specifically including VICTORY and MORA SW Component Types, Versions and SW Compliance Testing. �If these interfaces are not fully VICTORY and MORA compliant, responses must include timeline for compliance. All software interfaces should be open. Specifications, User Manuals, and Software Description Documents are desired. The intent is for the Government to have open access through a Software Development Kit (SDK) or application frameworks so as to rapidly develop techniques and/or install existing 3rd party applications rapidly on to the SDR card.� The SDR card shall be able to store and concurrently run multiple techniques. Responses: Parties may choose to respond in any of the following ways: Hardware Only - Develop SDR only Software Only - Develop EW Application software only Joint Solution Hardware Only Hardware developed for this solution should be fully compliant with CMOSS specified Open VPX and include the necessary VICTORY and MORA interfaces on the hardware to allow for the ingest of PNT services and to support real time control of signal resources on the card. Demonstrable hardware must be available within 1 month of award. Software Only The EW Application software developed must be hosted on CMOSS and MORA compliant cards. This EW Application software should enable Counter Improvised Explosive Device (C-IED) functionality, such as loadset development tools, dynamic signal generation, etc. The software must be hardware agnostic to the maximum extent possible and able to work with any component that implements the MORA standard. The EW application SW must be able to interface with multiple MORA compliant devices including SDR and Radiohead device types. Party must deliver SW within 6-8 months of award and support integration and training for the following 4-6 months for a total of 12 months. �Manuals and Software Description Documents are desired, and any proposals for EW Application software development should include previous and current CREW EW projects. Joint Solution A joint solution must include hardware in accordance with the hardware solution above, and EW Application software in accordance with the software solution above. �Any SW not residing on the SDR must be CMOSS/MORA compliant. Hardware must be available within 1 month of award. Party must deliver SW within 6-8 months of award and support integration for the following 4-6 months. The total development and integration time period must equal 12 months. System Quantity:� Responses should assume 1-2 EW/SDR cards, each with associated application SW. Funding:� Responses should assume funding profiles of 250K, 500K, and 1M.� This amount would include hardware/software (HW/SW) development and procurement, integration, and engineering support for demonstrations.� Demonstrations would be funded by the Government.� Interest is in understanding the scope of effort possible for all funding amounts.� What trades would have to be made for lower funding options? CREW Capability:� The SW available must meet some level of CREW capability to include a reactive jamming capability.� Interest is in understanding what mature techniques could be programmed and demonstrated in a short time frame: hours or days. Card Capability:� Channel density and instantaneous bandwidth are important factors, but priority will be placed upon maturity.� EW/SDR cards that are Commercially Off The Shelf (COTS) or Government Off The Shelf (GOTS) are desired.� Work scope would focus minimally on acquisition of card and integration into the existing chassis.� Main focus is on training Government engineers and application SW available for programming C-IED techniques and running several techniques in a scheduler (loadset). Anticipated Request For Proposal Release Date if the Government Decides to Proceed: TBD The security requirements for this effort will be as follows: SECRET facility clearance and SECRET safeguarding capability. Interested parties may identify their capability to meet all or portions of the requirements by submitting an unclassified white paper, technical data, qualification and certification test data, logistics documentation and/or past performance data. Respondents must also address the following items: 1. Company Name, Contact Name, Position, Telephone, Email, and Company URL. 2. Corporate capability to include available facilities to execute sustainment requirements, Facility Clearance and safeguarding levels, The Commercial and Government Entity Code (Cage Code), and Data Universal Numbering System (DUNs) number. White paper and additional data must be provided to this office no later than 5:00 PM Eastern Standard Time on November 30, 2021. Only responses received by this date will be considered. Respondents must identify, in writing, their interest and capability to respond to this requirement by submitting one (1) electronic copy via email to Ms. Emily Keane, emily.l.keane.civ@army.mil, Mr. Matthew Gianni, matthew.c.gianni.ctr@army.mil, Mr. Eric C. Pyles, eric.c.pyles.civ@army.mil, and Mr. Marc �Avi� Passy, marc.a.passy.civ@army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f920cde28d084c52b3668bd2026572bf/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06168616-F 20211103/211101230118 (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.