Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

A -- JTRS INTEGRATED WAVEFORM

Notice Date
5/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-06-R-0022
 
Response Due
6/2/2006
 
Archive Date
8/1/2006
 
Small Business Set-Aside
N/A
 
Description
Request for Information, JTRS Integrated Waveform (IW) Waveform 1.0 Description The Army Contract Agency, Information Technology, E-Commerce, and Commercial Contracting Center (ITEC4), in support of the Joint Tactical Radio Systems (JTRS) Network and Enterprise Services Division Program Management Office (NED PMO), is seeking information from interested parties on how the JTRS program can address communications and interoperability requirements of and strategies for the acquisition of an Ultra-High Frequency (UHF), satellite-based Integrated Waveform (IW) software waveform application that is suitable for the JTRS Software Defined Radios and compliant with: ** The Software Communications Architecture (SCA) ** The NSA Unified INFOSEC Criteria (UIC)(SECRET//NOFORN) ** MIL-SPEC-188-181C, Jan 2004, Interoperability Standard for Access to 5-Khz and 25-Khz UHF Satellite Communications Channels ** MIL-SPEC-188-182B, Jan 2004, Interoperability Standard for UHF SATCOM DAMA Orderwire Messages and Protocols ** MIL-SPEC-188-183B, Jan 2004, Interoperability Standard for Multiple-Access 5-Khz and 25-Khz UHF Satellite Communications Channels Additionally, incorporation of future IW and CIB related specifications will need to be taken into consideration. ** MIL-SPEC-188-184(2), Dec 2002, Interoperability and Performance Standard for the Data Control Waveform ** MIL-SPEC-188-185(2), Sep 1998, Interoperability UHF MILSATCOM DAMA Control System ** MIL-SPEC-188-186, Mar 2006, CIB ** DAMA-C, DAMA for Disadvantaged Terminals This is a request for information only as defined in FAR 15.201(e). It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Responses to this notice shall not be construed as offers and cannot be accepted by the Government to form a binding contract. The U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested partys expense. Not responding to this RFI will not preclude participation in any future RFP if issued. Release of reference technical documentation is limited to United States corporations and United States citizens. 2.0 Background The Department of Defense established the JTRS program to provide a family of software programmable radios based on the Software Communications Architecture (SCA). As such, the JTRS will provide reliable secure multi-channel voice, data, imagery, and video communications and eliminate communications problems caused by stovepipe legacy systems. The JTRS will achieve these objectives through the procurement and fielding of a digital, programmable, modular communication system based on software-defined radio technology. JTRS will provide interoperability through the capacity to communicate with current tactical communications systems in the near term. In the future, JTRS will provide integrated information sharing through new waveforms to support joint operations. This interoperability will help meet the demands of U.S. Military forces and Joint/Coalition allies. As part of this waveform initiative, the JTRS program is evaluating the means by which they can establish a transformational UHF-based satellite communications capability within the JTRS family of communications products. This RFI solicits industrys views on the state of UHF satellite radio technologies and uses, insights into methodologies for developing a JTRS IW capability that will be interoperable with current and projected DoD UHF satellite radio communications, and comments on issues that could affect the affordability, reliability, and maintainability of the JTRS IW waveform. 3.0 Requested Information This RFI requests information from industry regarding the JTRS IW waveform requirements as well as information regarding possib le acquisition strategies (i.e., phasing plans, characteristic groupings, etc.). The questions below provide a starting point for information input. 3.1 Identification of current possible solutions: Are there any existing technologies that could satisfy the JTRS IW waveform requirements? Please quantify and explain any required modifications where possible. 3.2 Technology Information: 3.2.1 Based on the requirements of the related MIL-STANDARD documents, which requirement(s) will be the primary cost and schedule drivers in the development of the IW waveform 3.2.2 Are there specified modes in the MIL-STANDARDs that are not operationally used today? 3.3 Programmatic Information 3.3.1 What acquisition strategies may be available that could reduce implementation technical, schedule, and/or cost risk? 3.3.2 What strategies may be available that could support post-production software support for the IW waveform? 4.0 Technical References. 4.1 SCA: Electronic copies of the Software Communications Architecture (Version 2.2.2) may be requested thru the JTRS JWPO. Requests should be submitted via e-mail to robin.alieff@hqda.army.mil and james.bickford@hqda.army.mil and must include the name, company/organization, phone number, and e-mail address of a designated point of contact. 4.3 UIC: NSA Unified INFOSEC Criteria (UIC)(Classified) is available for review in the JTRS JWPO to properly cleared personnel. Requests to review the UIC should be submitted via e-mail to robin.alieff@hqda.army.mil and james.bickford@hqda.army.mil and must include the name, clearance verification, company/organization, phone number, and e-mail address of a designated point of contact. 5.0 RESPONSES Interested parties should respond to this RFI with a white paper formatted as detailed below. An optional opportunity to provide additional material will be available at Industry Day (see below). Please be advised that all responses become government property. White papers, in Microsoft Word compatible format, are due to the JTRS JWPO no later than 15:00 EST, 2 June, 2006. Responses shall be submitted via e-mail to gail.strickland@hqda.army.mil and robin.alieff@hqda.army.mil. Proprietary information, if any, should be minimized and, if present, clearly marked. To aid Government planners, please segregate proprietary information. 5.1 Section One: Administrative Information Provide company name and address and the phone number, fax number, and e-mail of a designated point of contact. 5.2 Section Two: Identification of current technologies Describe any technical capabilities that exist or could be modified to satisfy JTRS IW waveform requirements. This description should include assumptions, feasibility, and risk for these options. 5.3 Section Three: Question Responses Shall be used to address the questions posed in Section 3 of this RFI. Any assumptions, technical feasibility, or overall risk considered in answering these questions should be addressed. 5.4 Section Four: Questions to the Government: Shall be used by responders to pose questions to Government for consideration and response at Industry Day. 5.5 Optional presentations Vendor will have an opportunity to provide the Government further information at the Industry Day session (see below). 6.0 Industry day The Government will conduct an Industry Day for the JTRS HF waveform effort. Industry Day will be from 0900-1600, 9 June 2006 in the 14th floor conference room at 1777 North Kent Street, Arlington, VA. One-on-one vendor presentations will be held from 1200-1600, 9 June 2006 following the Governments Industry day presentations. These vendor presentations will be limited to 45 minutes. Vendors wishing to provide the Government further information at the Industry Day shall provide any briefing material, in Microsoft PowerPoint 2003 compatible format, via e-mail to gail.strickland@hqda.army.mil and robin.alieff@hqda.army.mil. These materials are due no later than 15:00 EST, 7 June, 2006. Proprietary information, if any, should be minimized and must be clearly marked. 7.0 Government Support Contractors The Government will utilize contractors from the following organizations to assist in the review and evaluation of RFI responses. These vendors have executed a Non-Disclosure Agreement (NDA) and are bound to safeguard any proprietary information supplied by responders. Additional companies may be added at a later date. Alion Science and Technology; Engineering, Management, and Integration (EM&I); SRA International; Booz, Allen, and Hamilton (BAH); Log/Sec Corporation MITRE. 8.0 Points of Contact This is a JTRS NED PMO RFI. Non-technical, acquisition process questions regarding this request should be submitted by e-mail to gail.strickland@hqda.army.mil and robin.alieff@hqda.army.mil. Responses to non- technical questions will be answered via e-mail and announced to all responders.
 
Place of Performance
Address: ACA, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN01046403-W 20060513/060511220906 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may 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.