Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2002 FBO #0061
SOLICITATION NOTICE

A -- Over the Horizon, Tactical Communications in Support of Expeditionary Maneuver Warfare

Notice Date
1/30/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2033 Barnette Avenue, Quantico, VA, 22314-5010
 
ZIP Code
22314-5010
 
Solicitation Number
M67854-02-R-6023
 
Response Due
3/18/2002
 
Archive Date
4/2/2002
 
Point of Contact
Valerie Tolan, Contracting Officer, Phone (703) 784-5822 x253, Fax (703) 784-5826,
 
E-Mail Address
tolanvk@mcsc.usmc.mil
 
Description
The United States Marine Corps Warfighting Laboratory (MCWL) is issuing a Broad Agency Announcement (BAA) for Research and Development (R&D) concepts addressing a tactical communications capability in support of Expeditionary Maneuver Warfare (EMW), to be demonstrated during Olympic Challenge in May 2004. In the advent of Expeditionary Maneuver Warfare (EMW) the demands on a communications system will be different from that of today. The operational thrust will be for more combat power and less support structure in theater. Future communications systems must be simple to use so as to reduce the number of specialists operators. The equipment must require the minimal infrastructure, so as to reduce on board stowage space, the logistic tail and crucially, manpower. The system must take account of communications on the move in the triad of United States Marine Corps (USMC) vehicles, MV-22, AAAV and LCAC, as well as to dismounted troops. This triad will provide unparalleled maneuver capability to avoid strong points and exploit uncovered vulnerabilities. The communications system must be dynamic and cover the complete maneuver space within the expeditionary area. Ideally, there should be no ground-based infrastructure, such as relays, if they prove to be unresponsive to change and isolated, requiring protection by the combat force. The now highly maneuverable elements will be Beyond Line Of Sight (BLOS) to each other, yet still need to communicate for mutual support. This suggests the need for an overhead capability to support specific missions over areas of complex terrain such as the urban environment. At the tactical level, the Joint Tactical Radio System (JTRS) will be available to the Operating Forces in the 2010-20 timeframe. This BAA concentrates on the parts of an EMW communications capability that is not currently within JTRS. Fundamentally, it is the capability to provide secure voice and data communications to the dismounted tactical warfighter in combat conditions as he conducts EMW over distances of 200 miles in complex terrain. This capability should be available to every independent commander who can be tasked with an individual mission. The mission commander will require 200 mile communications for command, fires and logistic support back to the next higher authority who will remain afloat for as long as possible, perhaps indefinitely, in line with EMW doctrine. Therefore, at the very least, this capability must be available down to the Company/RECON Commander level. In keeping will military tactical communications, the system must be designed to provide assured, instantaneous, netted and protected communications through electronic measures such as Anti-Jam, Low Probability Of Intercept And Detection (AJ/LPI/LPD). Ideally, the capability would also allow the prioritization of traffic. Whilst the highest possible bandwidth is always desirable, this capability is needed to pass the essential maneuver and strike enablers (command voice, fires and position data) at the critical entry phase to the assault operation. Bandwidth hungry applications must rely upon other communications paths to be established. The capability must be contained with a 2 ? 3 pounds, hand held device and be of fit/form/function that a non-skilled operator can use it with ease and without moving tactical position (i.e. omni directional propagation vice directed antennas). It must also support clandestine communications to RSTA elements such as RECON teams and unmanned sensors, deployed days before the main maneuver assaults. It must also be designed for use within a ship, craft or vehicle, with some form of accommodation for a remote antenna. The system architecture must enable the tactical warfighter to communicate over distances of 200 miles using the minimum manned infrastructure. The system architecture must also provide a blanket communications coverage over the Naval Expeditionary Force (NEF) area (200 NM2) to enable unrestricted reconnaissance and the maneuver of forces between departure points, through multiple Littoral Penetration Points (LPPs) and on to the objective. Communications must be maintained throughout the extended transits to allow for mid-transit re-planning and re-direction. Olympic Challenge (USMC subset is Olympic Dragon) will take place in May 2004 and will be demonstrating capabilities projected into the 2010-20 time frame. The USMC aim will be to demonstrate Ship To Objective Maneuver (STOM). Olympic Challenge is seen as a vehicle for demonstrating an initial EMW tactical communications capability supporting approximately 6 voice/data nets with 60 handsets. A clear proposal for the development of this capability for Olympic Challenge through to transition to a Program of Record and the Operational Forces will be required. It is noted that whilst security cannot be compromised it is acknowledged that a prototype capability cannot provide Type I encryption. However, this subsequent upgrade should be considered in design. A copy of the Universal Needs Statement (UNS) that supports this desired capability is available upon request from Nick Cusack at cusackn@mcwl.quantico.usmc.mil. Process: The Marine Corps Warfighting Laboratory will review proposals that address the desired capabilities stated above. Proposals that do not address the identified technology area will not be reviewed. Respondents shall first submit a one to five page "white paper" summarizing the proposed effort(s) and a rough order of cost magnitude in order to obtain a preliminary indication of MCWL interest. It may be desired, but not required, for the contractor to present a technical briefing on the white paper at Quantico, Virginia. Technical briefings should always follow the formal submission of a white paper. The Government is not liable for any costs associated with this brief. White papers, proposals, and all related correspondence should reference BAA Number M67854-02-R-6023. White papers shall be submitted in original form and three (3) copies to ONLY the following address: Marine Corps Warfighting Laboratory, Marine Corps Combat Development Command, 3255 Meyers Avenue, Attn: Dottie Wright, Quantico, Virginia 22134. Submitted white papers should indicate the willingness of the contractor to provide a technical briefing, should one be requested by MCWL. Contractors are allowed to submit multiple quality white papers, but the submission of numerous boilerplate white papers may result in the un-reviewed, automatic rejection of all submitted papers. Once a white paper is submitted, all further communications must be submitted in writing to the MCWL Procurement Analyst, Dottie Wright. Should MCWL determine that a submitted "white paper" has scientific and technical merit relevant for Laboratory requirements, it will ask the Marine Corps Systems Command Contracting Office to request the offeror to submit an in-depth proposal for each selected white paper. In depth proposal(s) should be divided into three sections: (1) A technical section which includes a clear statement of objectives, technical approach and methodology, supporting technical information (including an indication of proprietary aspects of the proposed effort), and a plan of action and milestones; (2) A management section which includes a description of relevant corporate expertise, experience, facilities, and other relevant resources, resumes of key personnel; and (3) A cost section, which provides a detailed breakdown of the proposed effort, described in the technical section. All options and assumptions shall be clearly identified and defined. Proposal evaluation and award decision will be based on Best Value to MCWL considering technical merit, importance to agency programs, availability of funds, cost realism and reasonableness. The Best Value determination will address the following considerations: 1. The relevance of the proposal to the system requirements described above. 2. The anticipated warfighting operational utility of the proposed capability. 3. The ability of the proposed system to be ready for field-testing or to be complete within 18 months of contract award. 4. The overall suitability of the proposed capability for inclusion in warfighting experiments. 5. Projected affordability of transitioning the technology to the Operating Force (for any developed hardware). 6. Past performance, experience and qualification of the principal project personnel and/or Institution Corporation submitting the proposal. 7. Realism of the proposed cost and availability of funding. This notice constitutes a Broad Agency Announcement as contemplated by FAR 6.102(d)(2). Unless otherwise stated herein, no additional written information is available, nor will a formal Request For Proposal (RFP) or other solicitation regarding this announcement be issued. Requests for the same will be disregarded. The government reserves the right to select all, some, or none of the proposals received in response to this announcement but anticipates making an award with the approximately $3,500,000.00 expected to be budgeted for this effort up to and including support on Olympic Challenge. This BAA shall remain open for receipt of white paper proposals for a period of 45 days from the date of initial publication of this announcement. The North American Industry Classification System (NAICS) for this BAA is 541710 with the small business size of 1,500 employees. No portion of this BAA has been set aside for historically black colleges and universities or minority institute participants, though their participation is encouraged. For awards made as contracts, evaluation of the socio-economic merits of the proposal shall include the extent of commitment in providing meaningful subcontracting opportunities for small business, small disadvantaged business, woman-owned small business concerns, historically black colleges, universities and minority institutions. If the contracting officer requests a full cost proposal, and the total exceeds $500,000, any large business is required to include a Small, Small Disadvantaged, and Woman Owned Subcontracting Plan with its proposal package in accordance with FAR 52.219-9. White papers will be evaluated in the order in which they are received and may be accepted at any time within the 45-day period. White papers/proposals will not be evaluated against each other since each is a unique technology with no common work statement. Proposals identified for funding may result in a contract; however, there is no commitment by the Marine Corps to make any awards, to make a specific number of awards, or to be responsible for any monies expended by the proposer before award of a contract. Information provided herein is subject to amendment and in no way binds the Government to award of a contract. Clarification questions must be submitted in writing, quoting BAA Number M67854-02-R-6023 in the title. Questions and answers will be posted under ?Projects? on the MCWL website http://www.mcwl.quantico.usmc.mil. Address technical questions to Nick Cusack at cusackn@mcwl.quantico.usmc.mil. Questions of a business or contractual nature may be directed to Dottie Wright at wrightd@mcwl.quantico.usmc.mil . The Government will not screen white paper topics on behalf of a contractor in advance of the submission of a white paper.
 
Record
SN20020201/00020713-020130210356 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.