SOURCES SOUGHT
16 -- Joint Tactical Terminal � Transceiver (JTT-X)
- Notice Date
- 9/30/2024 11:39:56 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-24-RFPREQ-TPM265-0977
- Response Due
- 10/9/2024 8:59:00 PM
- Archive Date
- 10/10/2024
- Point of Contact
- Ryan Lysaght, Jessica Myers
- E-Mail Address
-
ryan.c.lysaght.civ@us.navy.mil, jessica.v.myers.civ@us.navy.mil
(ryan.c.lysaght.civ@us.navy.mil, jessica.v.myers.civ@us.navy.mil)
- Description
- INTRODUCTION The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure a replacement for the Joint Tactical Terminal � Receiver (JTT-R). The replacement Transceiver will be installed on F/A-18E, F/A-18F, and EA-18G aircraft platforms. � The Joint Tactical Terminal � Transceiver (JTT-X) is a modular receive and transmit capable Tactical Terminal designed to leverage Resilient Communications to deliver critical, time sensitive battlefield tactical intelligence and targeting information to tactical commanders and intelligence nodes in Near Real Time (NRT), at system high security levels. The JTT-X is capable of receive only operations over legacy and modern Ultra High Frequency (UHF) Satellite Communications (SATCOM) broadcasts utilizing the Demand Assigned Multiple Access Integrated Waveform (DAMA-IW) payload; as well as receipt and transmission of data and conversational voice over commercial proliferated Low Earth Orbit (PLEO) satellites and other bands within the Super High Frequency (SHF) range of the Radio Frequency (RF) spectrum.� The JTT-X shall be Modular Open Systems Approach (MOSA), and Sensor Open Systems Architecture (SOSA) aligned.� The JTT-X shall be Open Mission Systems/Universal Command and Control Interface (OMS/UCI) aligned. The JTT-X shall be aligned to OMS/UCI standard version 2.1.� The JTT-X shall use the F/A-18 Platform Critical Abstraction Layer (CAL).� The JTT-X shall be capable of the following:�� High Assurance Internet Protocol Encryption (HAIPE) Algorithm integration.� Separate Red and Black side processing.� Communicating to shore-based networks. The terminal shall be capable of receiving and transmitting data and voice using the GL network using integrated transceiver modem cards and GL apertures.� The terminal shall be capable of receiving and transmitting data and voice using commercial (PLLEO satellites.� The terminal shall interface to the Advanced Mission Computer (AMC).� The terminal shall be capable of interfacing with the Distributed Targeting Processor- Networked (DTP-N) via a 1 Gb Ethernet interface.� The terminal shall interface with the MIDS-B Amplifier Control Interface (ACI) and or Audio Management System (AMS), whichever is installed on aircraft).� The terminal shall not exceed the JTT-R dimensions. See Attachment 1 to this announcement for detailed specifications. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance for the contract is a 48 month base with a 12 month option. The anticipated start date is September 2025. ANTICIPATED CONTRACT TYPE The anticipated contract type is Firm Fixed Price (FFP). PROGRAM BACKGROUND The Department of Defense (DoD) aims to leverage Non-Geo Stationary Orbit (NGSO) commercial and Government high-speed Satellite Communication (SATCOM) networks for Beyond Line of Sight (BLOS) communications. Multi-domain communications platforms require the higher bandwidths offered by these SATCOM networks to move intelligence data to the forward edge. Global Lightning (GL) is the implementation of BLOS over NGSO SATCOM. REQUIRED CAPABILTIES Requirements include familiarity with the design and configuration of F/A-18E, F/A-18F, and EA-18G. Manufacturing knowledge, experience, and technical data are required to fulfill this procurement within the time required. Interested Businesses must demonstrate their product has achieved a Technology Readiness Level 6 � System model or prototype demonstration in a relevant environment. The FY 2025 through FY 2029 efforts may include the following: production, engineering and/or technical support, and associated financial and administrative data. The items acquired in this procurement will satisfy the Government�s minimum need. INCUMBENT There is no incumbent for this procurement. SUBMISSION DETAILS Interested businesses shall submit a brief capabilities statement package (no more than 10, 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to provide the supplies or services listed in the required capabilities described herein. Documentation should be in bullet format and clearly explain why you are capable of meeting the requirements. All responses shall include Company Name, Company Address, Company CAGE Code, Company Business Size under NAICS code 336413, and Points-of-Contact (POC) including name, phone number, fax number, and email address. In addition, the documentation shall include whether you intend to pursue the opportunity as a prime contractor or a subcontractor, whether any joint venture or teaming arrangements will be used (provide as much detail as possible at this time), and whether you are a manufacturer or non-manufacturer (per FAR 19.102(f)). If you are a manufacturer, teaming or subcontracting with a large business, provide information on your planned compliance with FAR clause 52.219-14 Limitations on Subcontracting. Lastly, the documentation shall include a demonstration that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure authorized access to the necessary technical data, and that it will be maintained throughout the duration of the effort being sought. You must highlight unique data generation techniques used by your company, and areas where modifications can be performed without technical data provided by the Government or OEM. You must also demonstrate examples where your company has generated similar technical data to modify aircraft of this type and scale. SUBMISSION UPDATE One (1) 30-minute technical clarification meeting will be offered on 23-Sep-2024 (1300-1400 EST) or 24-Sep-2024 (1000-1100 EST) for each interested vendor. Upon completion of that meeting, the vendor will have the opportunity to update or submit a capability statement. Submissions will not be accepted beyond 01-Oct-2024 2359 EST. Please contact Primary POC for meeting availability.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c088d6ed6bee4fbab64f5fe29ac91d22/view)
- Place of Performance
- Address: Patuxent River, MD, USA
- Country: USA
- Country: USA
- Record
- SN07228949-F 20241002/240930230109 (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 |