Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
SOURCES SOUGHT

A -- Mobile Ad-Hoc Networks (MANET)

Notice Date
6/6/2008
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-08-XXXXX
 
Point of Contact
Mark J Kanuck,, Phone: 813-826-7336, Marc L. Huizinga,, Phone: 813-826-6526
 
E-Mail Address
mark.kanuck@socom.mil, marc.huizinga@socom.mil
 
Small Business Set-Aside
N/A
 
Description
USSOCOM is seeking sources with the demonstrated capability to engineer connectivity for a Mobile Tactical Network (MTN) among high bandwidth (2-5 Mbps) Mobile Ad-hoc Networks (MANET) to provide multiple real-time video streams and Position Location Information (PLI) to low echelon (company and below) mounted and dismounted users. The MTN shall consist of Commercial Off-The-Shelf (COTS) equipment and Internet Engineering Task Force (IETF) validated routing protocols to connect the MANETs. The threshold capability is to rapidly integrate two Government Furnished Equipment (GFE) standalone MANETs and commercially available satellite systems (e.g., InMarSat, BGAN, Ku) into a seamless network using Cisco network equipment. The objective capability is to create the framework for a heterogeneous network that can automatically route across multiple networks/MANETs to allow seamless transition of information between the various endpoint terminals at any location on the MTN (including unicast, broadcast, and especially multicast traffic). Each MANET may use different encryption schemes and routing protocols from the other MANETs on the MTN, but share a common physical connection via the Cisco router(s). The MTN must be fully transportable and reconfigurable (form and fit) to allow permanent installation into ground and air mobility platforms. The network architecture must be expandable to allow for future growth and/or lifecycle replacement of standalone MANETs to eliminate reliance upon any single MANET or technology. The primary data being transported is Full Motion Video (FMV) with GFE encoders and decoders that consume approximately 300Kbps per video stream (including overhead). The MTN should be designed as a multicast-centric environment (due to the high proportion of FMV) to reduce bandwidth saturation. The first GFE MANET can be described as a Line-Of-Sight (LOS) backbone for IP addressable ground mobility platforms (e.g., Stryker) and tactical air mobility platforms (e.g., UH-60 and C-130) that provides a high-power, IP addressable long-distance network. The second GFE MANET consists of smaller, battery-powered IP addressable components that are designed to be carried or worn by dismounted soldiers (typically handheld devices). The entire MTN (both mounted and dismounted) is intended to be 75 nodes (threshold) and 150 nodes (objective) which operate in the same geographic location. This is primarily a technical integration. The Government requests sources that are capable of providing the network architecture, network engineering, quantifiable tradeoffs, test cases, and test execution that prove a successful integration of the various MANETs within the MTN. The Government does not desire responses or marketing which propose the replacement of existing MANETs, but rather those solutions which focus on the ability to join disparate GFE networks by using COTS equipment. Responses may include the use of ancillary network equipment that is specifically intended to provide the desired connectivity, network management, and network monitoring functions. Demonstrated capability to perform the work described (such as tangible examples, experience, or past performance) are more desirable than novel approaches, although both will be given due consideration. No format for the response is specified and no questions will be answered. Please limit the technical approach to ten (10) pages and the entire submission (including all supporting information) shall not exceed fifty (50) pages. Only electronic submissions in Adobe Acrobat 7.0 (or higher) or Microsoft Word (97-2003) will be accepted (no hard copies). Potential sources must possess an active Facility Clearance (FCL) or be eligible to obtain an FCL at the SECRET level.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3f8d85f29c2b42aac356b5f6a616ac66&tab=core&_cview=1)
 
Place of Performance
Address: USSOCOM, 7701 Tampa Point Blvd., MacDill AFB, FL 33621, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01588669-W 20080608/080606215909-3f8d85f29c2b42aac356b5f6a616ac66 (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.