Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOURCES SOUGHT

58 -- RFI - Tactical Air Control Party (TACP) Modernization Mobile Communications System (MCS) Block 2 - M1165 Vehicle Upgrade

Notice Date
1/5/2023 8:22:25 AM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA8730 DIGITAL DIRECTORATE AFLCMC H HANSCOM AFB MA 01731-2100 USA
 
ZIP Code
01731-2100
 
Solicitation Number
MCSBLK2ECP2
 
Response Due
1/17/2023 12:00:00 PM
 
Point of Contact
Denis Grenier, Courtney Petterson
 
E-Mail Address
denis.grenier@us.af.mil, courtney.petterson@us.af.mil
(denis.grenier@us.af.mil, courtney.petterson@us.af.mil)
 
Description
There is CUI associated with this Request for Information (RFI).� Please sign and return the attached NDA in order to obtain the relevant CUI.�� 1.0 Introduction This Request for Information (RFI) is for the Tactical Air Control Party (TACP) MCS Block 2 ECP 2 program, which will modify M1165 vehicles to sustain the Block 2 communications system by ensuring compatibility with new mission software and replacing obsolete and unsupportable items. THIS IS A REQUEST FOR INFORMATION ONLY. This 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 Government to contract for any supply or service whatsoever. Further, the Air Force 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 party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. No acquisition approach has been determined�this requirement may be fulfilled using the System for Award Management (SAM.gov), Platform Engineering and Integration for Tactical and Strategic Systems (PEITSS) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, or another approach. 2.0 Background MCS is modifying M1145/M1114 and M1165 High Mobility Multipurpose Wheeled Vehicles (HMMWVs), Armored Multi-Purpose Vehicles (AMPVs), Joint Light Tactical Vehicles (JLTVs), and Stryker vehicles to provide TACP users with critical voice, data, and video communications. MCS allows TACPs to control Close Air Support (CAS) aircraft from the safety of an armored vehicle while coordinating and conducting joint Command and Control (C2) and CAS missions when �on the move� (OTM) and �at the halt� (ATH) in support of Army ground force maneuver operations. MCS Block 1 was completed on PEITSS in 2020, and ECPs are currently being performed by Naval Surface Warfare Center (NSWC) Crane. MCS Block 2 is an active delivery order on PEITSS with fielding underway. MCS for Stryker vehicles was previously fielded, and modifications/upgrades are being performed by NSWC Crane. MCS for AMPV and JLTV are undergoing integration with fielding expected in the next few years. MCS Block 2 provides an integrated communications capability for the M1165 HMMWV, including multiband and High Frequency (HF) radios, a video receiver, a computer, user interface equipment, networking equipment, navigation equipment, and software. Several items as described in section 3.0 require replacement/modification to sustain the life of the system capability, maintain compatibility with other TACP systems, and/or improve supportability. 3.0 Anticipated Requirements If a contract is awarded, the MCS Block 2 ECP 2 program is planned to provide equipment solutions that are interchangeable/common between MCS vehicles as much as possible. A System Requirements Document (SRD) �or similar detailed written requirements will be part of the ECP 2 RFP, if issued. Anticipated technical parameters are shown in the Appendix, and MCS Block 2 drawings are provided to support this RFI (to be provided separately upon request). The following requirements are anticipated for this effort: ���� a. Provide a design to sustain the following MCS Block 2 items. The architecture should as much as possible be modular, flexible, and extensible to accommodate installation/mounting in multiple future types of vehicles. A system integration laboratory (SIL) is required to maintain and test the architecture as it evolves. For all modifications below, the system should retain the functional capability for OTM and remote ATH operations. ��������� (1) Implement network architecture changes as needed, including a ruggedized Universal Serial Bus (USB) hub, to provide control of radios and Tx/Rx capabilities with legacy and IP-based waveforms and to configure the system so it will be ready for new mission software, i.e., �WARHAWK ready,� and be able to allow the users to plug in and use their dismounted end user device (EUD) with Special Warfare Assault Kit (SWAK) software to control and operate the radios. ��������� (2) Replace two multiband radios with a dual channel manpack multiband radio with amplifier(s). Maintain voice and data communications for all multiband radios with compatible mission software. Retain one existing multiband radio with Mobile User Objective System (MUOS) capability. ��������� (3) Provide an upgrade path architecture to replace the remaining multiband radio with a dual channel manpack multiband radio with all legacy and new waveforms, including MUOS when available on the new multiband radio. ��������� (4) Replace the existing handheld video receiver with a new, supportable video transceiver. ��������� (5) Provide a future upgrade path for the intercom system that allows communication among all vehicle crew members and radio control. ��������� (6) Provide a Link-16 capability using equipment integrated into the vehicle. ��� �b. Produce and field/install modification kits and spares that implement the approved design in operational vehicles, the Field Training Unit (FTU), test organizations, and the TACP User Engagement Site (UES). Kit production is expected to be incremental and phased depending on funding availability over the next 3-4 years. ���� c. Provide logistics support for the fielded kits as needed, e.g., spares, technical documentation, training, field support, etc. 4.0 Tentative, Unapproved Schedule Industry Day: Feb 23 (if needed) Draft RFP with SRD: Feb 23 Final RFP: Mar 23 Contract Award: Jun 23 Limitations: This program is pending formal acquisition approval, as well as funding approval, which may impact the schedule above. The contracting approach has not been determined and may change based on industry responses to this RFI and other market research efforts. 5.0 Requested Information The TACP Program Office is requesting industry input/guidance on the MCS Block 2 ECP 2 program, including information on production ready components that would meet TACP requirements and any further development work anticipated. Component specifications, component reuse feedback, certifications, accessories, supply chain issues/lead times, and integration/production schedules are requested to be provided by each interested contractor. Alternate solutions are encouraged. Note: If requested capabilities are not expected until a specific future date, please suggest a recommended roadmap to those capability requirements. In addition, rough order magnitude cost information (non-recurring and recurring) is requested. Also, please indicate your company�s intention to submit a proposal. The TACP Program Office is also requesting feedback, questions, and any other information for the ECP 2 program. The RFI Appendix and MCS Block 2 product drawings are available upon request. A non-disclosure agreement (NDA) will be required to be signed to obtain the Appendix and drawings, which will be sent via DoD SAFE upon successful execution of the NDA. 6.0 Responses Interested parties are requested to respond to this RFI with a Microsoft Word compatible white paper of their own format. White papers are due no later than 17�January 2023, 3:00pm ET. Responses are limited to 10 pages and are to be submitted via e-mail only to Mr. Denis Grenier, Buyer, at denis.grenier@us.af.mil �and to Ms. Courtney Petterson, Contracting Officer, at courtney.petterson@us.af.mil. Each email transmittal cannot exceed 10MB. All Controlled Unclassified Information (CUI) must be submitted via DoD SAFE. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Government support contractors may be involved in the review of responses. All Government support contractors have signed NDAs, which are on file with the cognizant Government contracting office. The primary companies that will be providing technical and management support are Oasis Systems LLC and its subcontractors under the Engineering, Professional, and Administrative Support Services (EPASS) contract. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: ���� (a) Company name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name, e-mail, and phone of designated point of contact. ���� (b) The facility security clearance of the company. 7.0 Industry Discussions TACP Program Office representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, including any risks. An industry day may be conducted to allow additional Government and industry input. 8.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to Mr. Denis Grenier, Buyer, at denis.grenier@us.af.mil� and to Ms. Courtney Petterson, Contracting Officer, at courtney.petterson@us.af.mil. Verbal questions will NOT be accepted. Questions and answers that are pertinent to all potential offerors will be provided via email from the contracting officer. Accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 17�January 2023, 3:00pm ET will be answered. 9.0 Summary THIS IS A REQUEST FOR INFORMATION ONLY to identify sources and equipment that can support the MCS Block 2 ECP 2 program. The information provided in the RFI is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. ATTACHMENTS (available upon request): 1. Appendix: Anticipated Technical Parameters (CUI) 2. MCS Block 2 Top-Level Assembly Drawing (CUI) 3. MCS Block 2 Interconnect Diagram (CUI)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e1c27e83ed79447abda01a7f54c0cb4e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06557674-F 20230107/230105230111 (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.