SPECIAL NOTICE
99 -- Request for Information - Next Gen Air Traffic Control Radio Replacement
- Notice Date
- 6/28/2024 11:52:36 AM
- Notice Type
- Special Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Response Due
- 7/10/2024 2:00:00 PM
- Archive Date
- 07/25/2024
- Point of Contact
- Alyssa Wilbourn, Kevin Hoecherl
- E-Mail Address
-
sara.a.wilbourn.civ@army.mil, kevin.l.hoecherl.civ@army.mil
(sara.a.wilbourn.civ@army.mil, kevin.l.hoecherl.civ@army.mil)
- Description
- UPDATE: 28JUNE24 - Response date extended to 10JUL2024. UPDATE: 11JUNE24 - Questions and Answers have been uploaded into the Attachment Section. 1.0 Synopsis: The United States Army, Program Executive Office Aviation (PEO AVN), Project Manager Aviation Mission Systems and Architecture (PM AMSA), Product Manager (PM) Assured Airspace Access Systems (A3S), is seeking information from interested companies with the capability to deliver approximately 2,500 separate radio transmitters and receiver units to replace existing air traffic control (ATC) air to ground (A/G) devices. The Next Generation ATC Radio Replacement is planned to start as soon as 2027. The Army is still finalizing the requirements for this acquisition, but the baseline for radio replacement is based on the current fielding levels of ATC radios with adjustments for changes since completion of that fielding. 1.1 Introduction: 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. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Army 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 are issued. If a solicitation is released, it will be synopsized on https://sam.gov/. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 2.0 Objective: The existing ATC radio solution is out of warranty in 2025 and is not natively networkable. Therefore, the Army intends to move forward with a Next Generation ATC Radio Replacement acquisition. The Next Generation ATC Radio Replacement is planned as a non-developmental effort, based on existing and emerging technologies. The Next Generation ATC Radio Replacement acquisition is expected to be a full and open competition. The final procurement quantity is under analysis and will support approximately 80 Army aviation locations, both in the Continental United States (CONUS) and Outside of the Continental United States (OCONUS). The Next Generation ATC Radio Replacement will provide a life cycle of 20 years with sustainability. 2.1 Planned Production: Production of the Next Generation ATC Radio Replacement is desired to begin no earlier than 01 Oct 2027. 2.2 Delivery Period: Delivery of Next Generation ATC Radio Replacement is desired to begin as soon as possible after contract award and continue at a rate up to 500 radios per year until all radios are delivered. 2.3 Limitations: This is planned to be a commercial derivative program. 2.4 Security Requirements: Must be compliant with Department of Defense (DoD) Risk Management Framework (RMF) 2.0/Army Cyber Security requirements. 2.5 US-Only Manufacturing: Buy American Act provisions will apply for this program. 3.0 Requested Information: 3.1 The Army is seeking companies that have the capability to deliver approximately 2500 ATC radio transmitter and receivers to replace legacy assets. Interested parties are requested to respond to this RFI with a white paper addressing the following questions: 3.2 General Capabilities: 3.2.1 What candidate Very High Frequency (VHF) and Ultra High Frequency (UHF) radio transmitters and receivers are you considering offering? What agencies are currently communicating with these radios? 3.2.2 Are your offerings currently used in an Air Traffic Control (ATC) application? If so, are they approved for use in the National Airspace System (NAS)? If not, what industry? What (if any) additional development does this radio product require? 3.2.3 Does the radio meet Radio Technical Commission for Aeronautics (RTCA) and Federal Aviation Administration (FAA) standards? 3.2.4 Has reliability testing been performed? If so, can you share the results?3.2.5 Has environmental testing been performed and is it compliant with National Telecommunications and Information Administration (NTIA), Federal Communications Commission (FCC), Occupational Safety and Health Administration (OSHA), National Fire Protection Association (NFPA), and Underwriters Laboratories (UL) / Canadian Standards Association (CSA)? 3.2.6 In what temperature ranges will it reliably operate (minimum/maximum)? 3.2.7 Is the radio already available for sale? 3.2.8 How are the firmware/software patches/updates performed? 3.2.9 Is maintenance/operator training provided? 3.2.10 Are your offerings approved for use in OCONUS (aka foreign countries), i.e. South Korea, Japan, Germany, Honduras, the Marshall Islands and Kuwait? 3.2.11 What stage of �new� development is your candidate radio at today? What is the current technology readiness level(s) for any new systems/technologies, and how much development do you anticipate is required for these systems/technologies to be made fully operational? 3.2.12 Are these candidate radios compliant with networking protocol (e.g. internet protocol, etc.) in global theaters? 3.2.13 Do these candidate radios cover the entire VHF 117.950 � 144.000 megahertz (MHz) and UHF 225.000 � 399.975 MHz frequency bands? Do they include any frequencies outside of these ranges? Channel spacing required of 25 KHz and 8.33 KHz. 3.2.14 What output power ratings do these candidate transmitters provide? 10 Watt? 35 Watt? 50 Watt? Is the increased output power accomplished by each transmitter radio or does it require an external amplifier? Is the output power measured at the antenna port of the radio or the antenna? What is the typical power budget for transmission lines? 3.2.15 Do your candidate radios already have an approved Joint Frequency Allocation-to-Equipment (J/F 12)number? If so, please provide. 3.2.16 Are the candidate radios 19-inch rack mountable (current Army standard)? Does the radio come with mounting hardware (i.e. slides, screws, brackets) for pull out maintenance? 3.2.17 Do you offer a transceiver model that would combine the function of transmitter and receiver into a single device or a configuration of multiple devices? What is the form factor for this transceiver? 3.2.18 Does your radio support analog telephone Ear and Mouth (E&M) copper interface to legacy voice switch and recorder devices? 3.2.19 Do you offer a system for remote frequency tuning and control, and is it readily accessible to the air traffic control operator? 3.2.20 What is the cable distance limitation between the radio device and remote frequency tuning and control device? 3.2.21 What is the size (length, width, and height) of the remote frequency and control device that would be placed near the operator? Is this device surface or flush mounted? 3.2.22 Does the remote frequency tuning and control system require fiber optic or copper media? 3.2.23 What is the Lowest Replaceable Unit (LRU) on these radios? Is the radio sealed? Is the LRU sealed? Are there internal Shop-Replaceable Units (SRU) that require maintenance? 3.2.24 What is the antenna port(s) connector type of these candidate radios? Do you offer antennas along with the radios? 3.2.25 Does your candidate device(s) include any surge suppression (internal or external)? Is there surge suppression on inputs (i.e. power, ground, communications, or antenna ports), all or some? 3.2.26 Are your devices available for purchase on existing governmental contracts or through General Service Administration (GSA) channels? 3.2.27 What type of test equipment will be required for your recommended product? Do you offer this test equipment? Can you recommend a specific vendor and model number for the government to evaluate? 3.2.28 Do your offerings come with operator and maintainer commercial manuals, hardcopy and/or electronic? 3.2.29 What supporting software (if any) is provided with your devices? 3.2.30 Does your radio require a laptop computer, Maintenance Data Terminal (MDT), to perform alignments, diagnostics, parameter changes, etc.? Is MDT provided? Available for purchase? What operating system is required on this MDT? 3.2.31 What warranty is included with the purchase of your radios? Is an extended warranty available? Are your offerings supportable for a 20-year equipment life cycle? If not, how long? 3.2.32 What logistic and sustainment support is provided with your offering? 3.2.33 What is the Mean Time Between Failures (MTBF) of your devices? 3.2.34 Does your candidate radio have any health monitoring systems? 3.2.35 Does your candidate radio have any internal diagnostic, or built-in-test (BIT) maintenance system features and technologies? 3.2.36 Does the diagnostic system store historical events? 3.2.37 Does your radio require a hold-up battery to maintain settings during a power loss? What is the expected life of this battery? Are there any other battery options? 3.2.38 Does the radio design use modern (tool-less, reconfigurable tooling, or additive manufacturing) production methods that would facilitate improved long-term on- demand production of spares? Would that intellectual property be available to the Government for long-term on-demand production of spares? 3.2.39 Do you outsource any of the software development or maintenance for the offered radio(s), and how would you propose to partner with Army Depots for long-term sustainment of the software? 3.2.40 What additional technologies/systems are not yet fully developed and operational that you believe would be beneficial to the US Army? Are any of these capabilities being used or are planned for use with US allies/partners? 3.3 Cyber Security and Network Vulnerability: 3.3.1 How does your device protect itself from Cyber Security and Network Vulnerability? 3.3.2 What mechanisms are in place for the candidate radio to survive a cyber-attack? 3.3.3 Does the candidate radio have published cyber- attack response procedures for alternate means of radio operability in the event of a successful cyber-attack? 3.3.4 What are the mitigations to prevent a cyber-attack while maintenance on the radio is being performed? 3.3.5 Describe your approach to cyber security and network vulnerability? 3.4 Regarding Production & Certification: 3.4.1 Where do you intend to build and finish your candidate radios? What is your production facility status? How long will it take you to stand up production capability? 3.4.2 Are you able to initiate production in time to support deliveries beginning when? What are your current and projected production capabilities and delivery rates? Is there a minimum production rate (quantity per year) that you would need to realize competing for this requirement; if so, what is it? 4.0 Responses: 4.1 Interested parties are requested to respond to this RFI with a white paper. 4.2 White papers in Microsoft Word compatible format are due no later than 28 Jun 2024, 1700 Eastern Daylight Time. Responses shall be limited to 30 pages of text (excluding pictures and graphs) for Section 2 of the white paper and submitted via e-mail only to sara.a.wilbourn.civ@army.mil . 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. If any responder does not currently have a Proprietary Data Protection Agreement (PDPA) that would permit the support contractors listed below to review and evaluate white papers submitted in response to this RFI, the responder is requested to sign PDPAs with these Army support contractors for this purpose. Results will be reviewed and retained by the government and Government support contractors. RFI does not obligate the government to issue an RFP or award a contract. Responses must be at responder�s expense. The following personnel will be subject to PDPA requirements: Jason Gullotta - jason.m.gullotta.ctr@army.mil Jennifer Wade - jennifer.l.wade44.ctr@army.mil Rahn McCollough - rahn.n.mccullough.ctr@army.mil 4.3 Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 4.3.1 Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 4.3.2 Recommended contracting strategy. 4.3.3 Either 1) copies of executed Non-Disclosure Agreements (NDAs) with the contractors supporting Army and Army supported Program Executive Offices (PEO) and Project Managers (PM) in technical�evaluations (listed in 4.2 above), or 2) a statement that the responder will not allow the Government to release its proprietary data to the Government support contractors. In the absence of either of the foregoing, the Government will assume that the responder does NOT agree to the release of its submission to Government support contractors. 4.3.4 Business type (large business, small business, small, disadvantaged business, 8(a)- certified small, disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services. �Small business concern� means a concern, including its affiliates, which is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. Please refer to Federal Acquisition Regulation FAR 19 for detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. 4.3.5 The number of pages in Section 1 of the white paper shall not be included in the 30-page limitation, which applies only to Section 2 of the white paper. 4.3.6 Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI and shall be limited to 30 pages of text (excluding pictures and graphs). 5.0 Industry Discussions: Next Generation ATC Radio Replacement 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, especially any development and certification risks. 6.0 Summary: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide ATC Radio Transmitters and Receivers. The information provided in the RFI is subject to change and is not binding on the Government. The Army 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. 7.0 Questions: Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer sara.a.wilbourn.civ@army.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the https://sam.gov; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 28 Jun 2024 will be answered. To access the website, go to https://sam.gov/. Interested parties are invited to subscribe to the website to ensure they receive any important information updates connected with this RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ce1bfc1aff8d43f5909745a61fc969b1/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN07112022-F 20240630/240628230121 (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 |