Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOURCES SOUGHT

99 -- Software Defined User Equipment (SDUE) and Soteria (Previously Digital Antenna Electronics -DAE)

Notice Date
5/13/2022 10:03:20 AM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA8576 AFLCMC WNKF ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8576-22-X-SDUE-DAE
 
Response Due
6/15/2022 2:30:00 PM
 
Point of Contact
Todd Rissmiller, Anna McCarthy
 
E-Mail Address
todd.rissmiller@us.af.mil, anna.mccarthy.1@us.af.mil
(todd.rissmiller@us.af.mil, anna.mccarthy.1@us.af.mil)
 
Description
The United States Air Force, Air Force Materiel Command, Air Force Life Cycle Management Center (AFLCMC), Positioning, Navigation, and Timing (PNT) Program Office (PO) AFLCMC/WNY, Robins Air Force Base, GA, is conducting market research to identify parties having interest, expertise, capabilities, and resources to develop and deliver a revolutionary and resilient PNT capability for military aircraft.� This capability includes a new software defined receiver with a Program of Record (PoR) designation as �Software Defined User Equipment (SDUE)� and a new digital resilient antenna electronics (RAE) package with a PoR designation of �Soteria�.� � An RFI for SDUE was previously posted on 02 Jul 2020 at: https://sam.gov/opp/47e113d4819c478c95984964d068b6fa/view. An RFI for Aircraft Digital Antenna Electronics (DAE) (now Soteria) was previously posted on 17 Dec 2020 at: https://sam.gov/opp/fbbd846e765840ee85dd66bfd0558899/view. These RFIs were originally focused on developing the SDUE and Soteria as two separate acquisition programs. The Government now believes developing the SDUE and Soteria together as a single acquisition program will provide a lower risk approach and ensure effective interface compatibility between SDUE and Soteria. If you previously responded to these RFIs and your prior responses are still valid, then please state that your previous responses are still accurate and complete.� If you wish to provide any new or updated information to your previous RFI responses (or if you did not respond before), please provide your comments to any of the questions in the original RFI�s, as found at the links shown above.� �� The Government is evaluating options for a planned Middle Tier Acquisition (MTA) effort that may use Other Transaction Authority (OTA) and the selection of a Design Agent (DA) to lead a rapid prototyping and rapid production requirements effort. The Government would like to understand prime contractor interest in accomplishing the total effort in-house or using subcontractor arrangements as necessary.� Additionally, the Government would like to understand SDUE contractor interest in accomplishing the SDUE development/rapid prototyping effort.� Similarly, the Government would like to understand Soteria contractor interest in accomplishing the Soteria development/rapid prototyping effort. Purpose/Description� Department of Defense (DoD) weapon systems are highly dependent on precise Positioning, Navigation, and Timing (PNT) for a wide range of military operations. Global Positioning System (GPS) receivers provide Position, Velocity, and Timing (PVT) data in support of this, but must be designed to ensure performance in operational environments. Currently fielded GPS receivers contribute to this necessary capability but are susceptible to degradation in electronic threat (e.g., jamming, spoofing) environments.� Advanced Anti-Jam (AJ) antenna and/or antenna electronics systems may be leveraged to reduce electronic interference in GPS radio frequency (RF) bandwidths, particularly when employing null-steering and beamforming technologies.� In many cases, the hardware and software interface between the GPS receiver and the antenna electronics is proprietary and dependent upon the vendor(s) represented.� This dependency restricts an aircraft platform�s ability to incorporate changes or upgrades to the PNT system without incurring appreciable cost and integration complexity increases associated with replacing either the AJ system, the PNT receiver, or integrated navigation Line Replaceable Units (LRU).� A more open system is intended to help counter this by providing an efficient means to modify the PNT system in response to evolving threats and updated requirements. Beyond the �vendor lock� issue, the challenge of evolving threats and the resulting need to modify the current hardware and software may take nearly a decade to develop, test, produce, integrate, and field the next solution.� This duration is unacceptable when today�s threats are evolving at an accelerated pace.� To this end, the PNT PO is pursuing the development of a Multi-Global Navigation Satellite System (MGNSS)-capable Software Defined Receiver (SDR), known as SDUE, as well as compatible MGNSS antenna electronics, named Soteria. SDUE shall support adaptable, reprogrammable navigation solutions through the use of GPS military signals, Regional Military Protect (RMP) signals, non-GPS Satellite Navigation (SATNAV) signals, and others that may be available in the future. Soteria shall support AJ, which can take advantage of MGNSS signals, Navigation Technology Satellite-3 (NTS-3) signals, and flexible waveforms. The required Soteria capabilities are AJ, Anti-Spoof (AS), and Situational Awareness (SA) across the entire MGNSS/SATNAV spectrum, which encompasses all L-band frequencies. The data and control interface between Soteria and SDUE shall allow for the transmission/receipt of aiding and control data, signal and state selection messages, and beamformed data that will be required to support these capabilities. SDUE will receive from Soteria the processed I/Q beamformed measurements and nulling-only protected RF signals for all visible MGNSS satellites. Defining a physical and informational open standard for the Soteria interface is vital to employ advanced AJ/AS/SA capabilities in concert with the SDUE. It will promote competition based on performance and cost. In summary, the Government is aggressively pursuing open, non-proprietary, standardized electrical and physical interfaces, message sets, and message protocols throughout the navigation architecture, addressing antenna subsystems and avionics architectures. Security Certified Software Defined Receiver and Standard Digital Interface The SDUE shall be a security certified, unclassified-when-keyed software defined SATNAV military receiver based on a field-programmable logic device technology (e.g., Field-Programmable Gate Array {FPGA}, Programmable Logic Device {PLD}, System on a Chip {SoC} FPGA). The design should be manufacturer-agnostic, shall implement the GPS security requirements set forth in GPU-PRD-711 and GPU-PRD-705, and comply with cyber requirements. The Government is projecting it can furnish an FPGA-based, security-certified architecture and associated intellectual property with Full/Government purpose data rights (as appropriate, and jointly agreed to) for the SDUE effort.� The security-certified architecture and intellectual property is currently being developed by the Air Force Research Laboratory under a Federally Funded Research and Development Center (FFRDC) contract with The MITRE Corporation (MITRE) on a project known as �Janus�.� This architecture is expected to be security-certified by Dec 2025, in accordance with GPU-PRD-705. �NOTE: An interim process/certification report will be available by late Summer 2023. Respondents are under no obligation to use what may be provided from the Janus effort to develop and deliver the required capabilities.� Respondents can use other secure, feasible, and efficient alternatives of the FPGA or devise their own architecture, as long as the Government can obtain data rights for the implemented architecture. As part of an Emerging Capability Technology Development (ECTD) effort, MITRE and The Ohio State University Antenna Electronics (OSU) teams are collaborating on the development of a standard interface and an interface control document (ICD). This will allow interoperability between MGNSS receivers and MGNSS beamsteering antennas, in order to break vendor lock scenarios and enable the effective and efficient insertion of new and advanced capabilities. The Government plans to engage industry to discuss the draft standard interface design with vendors, and to consider vendor inputs and recommendations, with the goal of defining a universally acceptable open interface standard. Operational Context Soteria, SDUE, and the Resilient-Embedded GPS/Inertial Navigation System (R-EGI) are the three components that will collectively provide the Vanguard (first use) targeted capabilities necessary to deliver robust and resilient PNT to the warfighter. These three systems are envisioned to be nominally configured as shown in the attached document. The integrated capabilities of the proposed systems are shown as intended to support the effective and affordable operation of USAF, Joint/Coalition platforms, and weapon systems in evolving threat environments. It should be noted the three systems are expected to operate in a tightly coupled relationship, allowing aiding and the sharing of information to provide the desired resiliency and robustness while executing AS and SA functions. Hence, the Government is placing an emphasis on using non-proprietary open standard interfaces. RFI responders providing inputs for this market research should understand that participation in this survey may not guarantee their involvement in future solicitations or contract awards.� The Government will not reimburse participants for any expenses incurred as a result of their participation in this survey.� Please note that failing to respond to this RFI does not preclude participation in any future solicitation, if any is issued. FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes (a) The Government does not intend to award a contract based on this solicitation. The Government does not intend to pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the Federal Acquisition Regulation. (b) Although �proposal� and �offeror� are used in this RFI, your response will be treated as information only.� It shall not be considered a proposal response. (c) This solicitation is issued for the purpose of market research. Instructions The sections below contain descriptions of the SDUE and Soteria technical capabilities and interface requirements, as well as a Contractor Capability Survey. �The survey allows contractors to address their company�s related capabilities.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company or institution�s capabilities in meeting these requirements.� Failure to provide this documentation may prevent the Government from being able to assess your capabilities.� If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience or capabilities in order to perform that aspect of the requirement (i.e., through teaming or subcontracting). Identify any areas of work that your organization believes should be broken out exclusively for Small Business applicants. Both large and small businesses are encouraged to participate in this market research.� Joint ventures or teaming arrangements are encouraged but not required. Other Transaction Authority (OTA) offerings, whether used as a contracting vehicle by a sole RFI responder or to RFI responders as part of a consortium, will be considered by the Government to achieve requirements.� RFI responders are requested to indicate any prior experience working under an OTA construct. RFI responders are requested to identify as a University Affiliated Research Center, if applicable. Questions relative to this market survey should be addressed to the Program Manager, as identified on the final page of this RFI. As stated in the �Department of Defense Open Systems Architecture Contract Guidebook for Program Managers�, version 1.1 (Jun 2013), the five principles of OSA are: Modular designs based on standards, with loose coupling and high cohesion, that allow for independent acquisition of system components. Enterprise investment strategies, based on collaboration and trust, that maximize reuse of proven hardware system designs and ensure we spend the least to get the best. Transformation of the life cycle sustainment strategies for software intensive systems through proven technology insertion and software product upgrade techniques. Dramatically lower development risk through transparency of system designs, continuous design disclosure, and Government, academia, and industry peer reviews. Strategic use of data rights to ensure a level competitive playing field and access to alternative solutions and sources, across the life cycle. As alluded to in principle 1. above, the establishment of an open Soteria standard (software and hardware) will allow one or more qualified third parties to add, modify, replace, remove, or provide support for the antenna electronics or the LRU independently. �Moreover, while an architecture incorporating any physical layer configuration will be considered, preferred proposed solutions will minimize Group A changes, to maintain the form and fit of current antennas and antenna electronics components and connecting cables.� To this end, it will be valuable for RFI responders to present existing interface control documents, and/or to demonstrate a capability to generate a best of breed SDUE and Soteria interface solution from existing solutions or concepts. Interested parties shall provide information that demonstrates the following: Section A: New requests to address (beyond the original RFI questions) The first spiral of Soteria and SDUE, to be called the Minimum Viable Products (MVPs), shall be based on the existing L1/L2 platform Controlled Reception Pattern Antenna (CRPA) capabilities (e.g., N79), and the use of L1/L2 GPS, L1/L2 QZSS, and Galileo E1 signals. Describe your approach and processes to satisfy the MVP requirements. Describe your approach and processes to upgrade the software and hardware (as needed) beyond the MVP requirements to allow capabilities that exploit the other MGNSS and Iridium signals existing in the band from 1160 MHz to 1627 MHz. NOTE: The Soteria SWAP is not to exceed the current ADAP SWAP.��The SDUE SWAP is not to exceed the current MGUE Inc.-I Aviation card SWAP. Given the existing SWAP and datalink limitations, describe the number of MGNSS signals to which your beamform can approach, and explain your plan to manage AJ for the remaining MGNSS signals. Describe your processes to maintain compatibility and synergy between Soteria and SDUE as new capabilities and updates are implemented in a manner to stay relevant in the evolving threat environment. It is expected that the insertion of Soteria, SDUE, and R-EGI into platforms will be staggered, for various technical and programmatic reasons. Describe your approach to enable modularity and interoperability among various combinations of CRPAs (existing and planned; for example, GSTAR, DIGAR, Soteria), GPS and MGNSS receiver modules (e.g., MGUE, SDUE), and/or PNT Line Replaceable Units (e.g., EGI-M, R-EGI).� All solutions should adhere to the principles of open systems architecture mentioned previously. What are the advantages and disadvantages of your preferred solution (which may use a teaming or prime/subcontractor plan)? Briefly describe your preferred approach and the elements involved (e.g., use of a Design Agent, prime contractor, or subcontractor) to execute the SDUE and Soteria acquisition program. NOTE: This question is optional. The Government is interested in the overall rapid prototyping cost. Provide a Rough Order of Magnitude (ROM) for your proposed Development effort. Respondents are requested to provide a ROM estimate for the SDUE and Soteria rapid prototype phases, which can be provided as a range. These ROM estimates are not intended as a solicitation proposal cost, but merely to support planning for the Government�s Program Objective Memorandum (POM) funding.� Section B: If you wish to consider updating any of your prior SDUE RFI responses, those questions are located at the website link provided on page 1 of this RFI. Section C: If you wish to consider updating any of your prior Soteria RFI responses, those questions are located at the website link provided on page 1 of this RFI. NOTE: If applicable, RFI responders should indicate any proprietary restrictions associated with their approach, data, solution, and/or interface(s). Responses to the RFI must be provided by interested parties within 30 days of this RFI�s release. The Government will review all submissions. Depending on the quality and comprehensive nature of the responses, parties may be invited to present their strategies and capabilities during an Industry Day event, which is tentatively being planned. If the event occurs, it will likely take place in the 2Q-FY23 timeframe, at a location to be determined. In such a scenario, each RFI responder must be security cleared or be able to obtain clearance at the SECRET level, as a minimum.� The classification of the briefings (physical, electronic, and verbal) must not extend beyond the SECRET level. Further details will be provided later. The Government will evaluate the information submitted to determine the provider�s ability to: 1) support the Government�s pursuit of enhanced capabilities for SDUE and Soteria; and 2) assist the Government in defining acquisition and contracting strategies. THERE IS NO SOLICITATION AT THIS TIME. �Companies or institutions responding to this market research are hereby notified that participation in this survey is voluntary and will not ensure participation in future solicitations or contract awards.� The Government will not reimburse participants for any expenses associated with their participation in this survey.� Not responding to this RFI does not preclude participation in any future solicitation, if any is issued. BASED ON THE RESPONSES TO THIS MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, PROCURED THROUGH FULL AND OPEN COMPETITION, AWARDED SOLE SOURCE TO ONE OR MORE SELECTED CONTRACTOR(S), AWARDED VIA OTHER TRANSACTIONAL AUTHORITY (I.E., NON-FAR-BASED CONTRACTING ACTION) TO ONE OR MORE VENDORS, AWARDED TO A UNIVERSITY AFFILIATED RESEARCH CENTER, OR NO AWARD MAY BE MADE. �Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies or institutions regarding their submissions. SPECIAL NOTICE: Responders should be aware that contractor consultants and advisors to the Government will review and provide support during the review and evaluation of submittals.� When appropriate, non-Government advisors may be used to objectively review a particular functional area and provide comments and recommendations to the Government.� All advisors shall comply with procurement integrity laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements prior to this work effort.� The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding any proprietary data received.� Any submissions in response to this RFI shall constitute approval to release the submitted material to any Government support contractor, as deemed necessary and appropriate by the Government. � CONTRACTOR CAPABILITY SURVEY Please provide the following information for your company or institution and for any teaming or joint venture partners: ����� Company/Institute Name: ����� Address: ����� Point of Contact: ����� CAGE Code: �Phone Number: �E-mail Address: �Web Page URL: ����� Size of business pursuant to North American Industry Classification System (NAICS) Codes: 334220, 334511, 541330, and 541512 Based on the above NAICS Code, state whether your company or institution is a: Small Business����������������������������������������� ����������� ����������������������������������������������� (Yes / No) Woman-Owned Small Business�������������� ����������� ����������������������������������������������� (Yes / No) Small Disadvantaged Business���������������� ����������� ����������������������������������������������� (Yes / No) 8(a) Certified������������������������������������������� ����������� ����������������������������������������������� (Yes / No) HUBZone Certified (for Historically Under-utilized Businesses)���������������������� (Yes / No) Veteran-Owned Small Business�������������� ����������� ����������������������������������������������� (Yes / No) Service-Disabled Veteran Small Business���������� ����������������������������������������������� (Yes / No) Central Contractor Registration��� ���������� ����������� ����������������������������������������������� (Yes / No) Please provide: A statement as to whether your company or institution is domestically or foreign owned (if foreign, please indicate the country of ownership). A statement as to whether your company or institution has been previously awarded contract(s) under an Other Transaction Authority (OTA) vehicle, whether as a stand-alone arrangement or as part of a consortium (if so, please provide the details). A statement that the responder will allow the Government to release its proprietary data to the Government support contractors based on existing contractual NDAs.� In the absence of such a statement, the Government will assume the responder does NOT agree to the release of its submitted material to Government support contractors. Please submit a written response providing documentation that supports your company�s or institution�s capabilities in meeting the above requests and indicating your interest in participating in an Industry Day (if one is held). No facsimiles or e-mails, please.� Responses must be received no later than close of business on the date that is 30 days after the publication of this RFI. �Please include the above information as part of the response.� Please mail two (2) copies of your letter to: AFLCMC/WNY Attn: Mr. George Woodworth 1981 Monahan Way WPAFB, OH 45433-7217 B12, R023, C13 NOTE: Ensure data is in either a hard copy or a readable electronic format.� Ensure electronic data can be received through a firewall. Your organization�s point of contact listed in your response will receive further Industry Day instructions from PNT PO representatives (if this event is to be held).� For planning purposes, if the Industry Day is held, a planned tentative date is in the 2Q-FY23 timeframe, at a location to be determined. Questions regarding this RFI should be addressed to: Mr. Todd Rissmiller SDUE and Soteria Contracting/Agreements Officer todd.rissmiller@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/075b3b83a7984020be17857d0902b189/view)
 
Record
SN06327301-F 20220515/220513230103 (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  © 1994-2020, Loren Data Corp.