Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOURCES SOUGHT

58 -- Market Survey to identify potential sources to provide Voice over Internet-Protocol (VoIP) able to operate in a tactical environment.

Notice Date
7/18/2007
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T07XXXXX
 
Response Due
7/27/2007
 
Archive Date
9/25/2007
 
Small Business Set-Aside
N/A
 
Description
Market Survey to identify potential sources to provide Voice over Internet-Protocol (VoIP) able to operate in a tactical environment. Description: This is a Market Survey to identify vendors capable of providing Voice over Internet Protocol (VoIP) software as delineated below. This also includes the provision of associated technical services and training that may be required. The U.S. Army, Office of the Project Manager, Battle Command (PM BC), is seeking sources from which software can be purchased and provided to various government Defense Agencies and Services. Specifically, this Market Survey addresses a need for software to provide the following capabilities: Voice over Internet-Protocol (VoIP) able to operate in a tactical environment. This also includes any and all associated technical manuals, white papers, training documentation, design/architecture documentation, and security accreditations, which are associated with the above designated software capabilities. The list below is reflective of a high priority subset of software functionality. Additional information is available from the Program Mangers office contact listed at the end of the document. The software solution must be able to perform the following functions and conform to the following statements: " User Interface o Provides Microsoft Windows-based client application  Lightweight and/or thin client side footprint that can easily be loaded on Microsoft (MS) Windows Vista, MS Windows Server 2003, MS Windows Server 2007 (Longhorn) and MS Windows XP operating systems o Provides comprehensive, usable, user-friendly UI including use of disciplined UI specifications and standard Windows-style interface accessing all commands via point and click and drag and drop actions. o Provides support for channel style interface ? Supports joining a channel with multiple users with a single click. ? Provides ability to listen to multiple channels simultaneously ? Provides ability to see who is on a channel and their status (User Presence) o Provides a keypad interface for making traditional telephone calls " Infrastructure o Standards-based ? Employs the following industry standard protocols for audio communications " H.323 standards for providing audio communications " H.450 Supplementary Services " G.711 Pulse Code Modulation Codec " G.729 Audio Data Compression Algorithm " RFC 3261  Session Initiation Protocol (SIP) " RFC 768  User Datagram Protocol (UDP) " RFC 3550  Real-time Transport Protocol (RTP) o Provides bi-directional interface with existing Army voice architectures ? Tactical Radio Systems ? JNN-N IP Telephony Solution " Interoperability with existing Cisco CallManager and CallManager Express IP telephony solutions in JNN " XML interface with Cisco 7900 series Unified IP Phone portfolio ? Combat Net Radio Gateway " Ability to access Combat Net Radio assets via Sanmina-SCI TOCNET standards based H.323 interface o Authenticate users using Active Directory services for managing identities, authorization, and addressing o Supports IPv6 " Performance o Perform efficiently over military communications/transport architecture to include Ethernet LAN and Mobile Subscriber Equipment (MSE) and Joint Network Node (JNN) line-of-sight and satellite-based communications characterized by degraded throughput (128 kbps) and increasingly latent (up to 2100 ms delay) service to multiple users without sacrificing perceived voice quality o Data Handling / Traffic Aggregation ? Can support both unicast and multicast forms of data routing o Subscriber Load ? Scale to support up to 500 users in a single voice channel across multiple, physically disparate locations in support of Command Update Briefs. ? Scale to support 2000-user base over WAN in client-server architecture o Support network overhead of up to 215 bytes per packet " Usability. o The integrated system and software must be fully trainable to a soldier/end user in 1 hour or less. o Can be configured and run without changing the network. o Can be trained to administer in less than a week. o Tolerant of sub-optimal network configurations " Ability to record voice traffic on multiple channels. " Business case o Product currently exists in commercially-available form. o Affordable to the government. o Ability to provide full logistical and training support including: ? Provide theater-deployable Field Support Representatives in a wartime environment. ? Provide training in administration, configuration and management. ? Allow for the system to be remotely administered in support of decreased logistical footprint. The software must be available for the near-term/immediate timeframe in support of FY08/09 and beyond scheduled Fieldings. Vendors must possess and demonstrate the capability to provide technical engineering support services in order to assist in integrating the proposed software into existing equipment and/or assemblages. Instructions: This announcement is an expression of interest only and does not commit the government to pay for proposal preparation costs. Interested parties should be alert for subsequent announcements that may be published in the Commerce Business Daily or fedbiz.gov . Responses to this announcement should contain a Title Page, Synopsis, System(s) Description, and Supporting Data. The title page should contain the system(s), date, and the name and telephone number of the author and/or other points of contact. The synopsi s should provide evidence of vendor experience and briefly summarize the capabilities of the vendor to provide and support the software cited above. The synopsis should also reflect the vendors previously demonstrated performance in managing and supportin g similar equipment/systems comparable in size and complexity. It should also provide approximate cost and lead times for the purchasing of proposed software items. The supporting data should augment the description(s) with any test data or other informati on, which would help fortify the assertions provided in the description(s). Vendors capable of furnishing the software that will satisfy the above specified requirements must so indicate by responding in writing to Tactical Battle Command (TBC) Product Manager, PM BC, ATTN: SFAE-C3T-BC-CPF, Fort Monmouth, NJ 07703. Further informa tion can be obtained by contacting Mr. Rob Reichelmann at (732) 532-6503 or by E-mail response at robert.reichelmann@us.army.mil. The deadline for response to this notice is 27 JULY 2007
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01345742-W 20070720/070718222110 (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.