Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2008 FBO #2524
SOURCES SOUGHT

58 -- Link 16 Enhancements - JTIDS

Notice Date
10/22/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR HQ, 4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
SPAWAR_Headquarters_MKTSVY_6A4E2
 
Response Due
12/8/2008
 
Archive Date
12/23/2008
 
Point of Contact
Point of Contact - Rachel E Kriescher, Contract Specialist, 619-524-7176<br />
 
Small Business Set-Aside
N/A
 
Description
Link-16 Network EnhancementsREQUEST FOR INFORMATION 1 DESCRIPTION 1.1 INTRODUCTION The Program Executive Office for Command, Control, Communications, Computers, Intelligence and Space (PEO C4I), Command and Control Program Office (PMW 150) is surveying industry interest in a prospective contract to perform Link-16 Network Enhancements in the Joint Tactical Information Distribution System (JTIDS) Class 2 family of terminals. The contractor shall perform prototyping, hardware development, software development, hardware assembly, hardware and software integration, and test demonstrations of the Link-16 Mandate modifications and Network Enhancement options in a JTIDS Class 2 terminal. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY This RFI is issued solely for information and planning purposes it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs 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 does not preclude participation in any future RFP, if any is issued. If a solicitation is issued, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website and the SPAWAR E-Commerce Central website at https://e- commerce.spawar.navy.mil. It is the responsibility of any potential offerors to monitor these sites for additional information pertaining to this requirement. 2 BACKGROUND 2.1 Requirements PEO C4I, PMW 150 develops and fields Tactical Data Link (TDL) Systems for the U.S. Navy. The JTIDS provides platforms access to the Link-16 network. 2.1.1 Link-16 Mandated modifications include the following: Cryptographic Modernization (CM) will re-design cryptographic SRUs for existing first or second generation Link- 16 terminals into a compliant product as mandated by Chairman of the Joint Chiefs of Staff Instruction (CJCSI) Notice 6510.02C & NSA Policy 3-9. The CM approach will integrate a Common Crypto Module (CCM) developed under a separate contract into a re-designed Common Signal Processor (CSP) Circuit Card Assembly (CCA) for the JTIDS Class 2 terminal. The CCM will have incorporated the tenets of the Cryptographic Modernization initiative including the use of up to four crypto algorithms, and will have the memory capacity to store 365 days of keys, with multiple keys per day. The CCM replaces the functions of the current Secure Data Unit (SDU). The redesigned CSP will support not only CM, but also FR and have the growth capacity to support additional enhancements. Frequency remapping is required by a Memorandum of Agreement (MOA) between Department of Defense (DOD) and Department of Transportation (DOT) regarding the 960-1215 MHz frequency band. Frequency remapping algorithm is as defined in DoD 4650.1- R1, Link 16 EMC Feature Certification Process and Requirements, App 2, Frequency Remapping Algorithm, dated 26 April 2005. The Frequency remapping algorithm was developed to remap up to 14 of 51 carrier frequencies. When frequency remapping is enabled, the terminal shall select frequencies such that (1) every pulse in a message that would have used an authorized frequency if frequency remapping were disabled will use the same frequency when frequency remapping is enabled, (2) every pulse that would have used an unauthorized frequency if frequency remapping were disabled will use an authorized frequency when frequency remapping is enabled, and (3) every terminal that replaces an unauthorized frequency with an authorized frequency, on any particular pulse, will make the same frequency replacement decision for that pulse, and this replacement decision shall be the same whether the terminal is transmitting or receiving. The replacement frequency selections shall depend only on the set of frequencies initially selected for the entire message by the 51 carrier frequency hop-set algorithm. 2.1.2 Existing Link 16 terminals do not fully use the available capacity of the Link-16 network. To more effectively use the Link-16 network several enhancements are being considered. Link-16 Network Enhancement options include the following: The Link-16 Enhanced Throughput (ET) capability provides the ability to transmit more information into a Link- 16 time slot without modification to the Radio Frequency signal structure. This effectively increases information rates of coded free text and fixed format messages. Reed Solomon decoding (255 and 223) and convolutional code rates of 1/3-1 add layers of coding and interleaving. Concurrent Multi-Netting (CMN) addresses an operational need to simultaneously participate on multiple Link-16 nets. The CMN objective is to provide a capability to receive on multiple Link-16 nets, up to four, simultaneously, while retaining the capability to transmit on one Link-16 net. The contractor will be required to develop, produce, integrate and test complete System Development and Demonstration (SDD) and Low Rate Initial Production (LRIP) Link-16 Mandate and Network Enhancement update kits for the JTIDS Class 2H terminals. Complete Link-16 Mandate and Network Enhancement update kits will include all components suitable for JTIDS Class 2H terminal integration. The JTIDS update kits will be upgrade existing JTIDS Class 2H terminals to add / modify the hardware and any corresponding software, and will include the CCM. The changes will be performed as a field change modification. All products will be marked as required current Unique Material Identification requirements. All legacy JTIDS software will be provided to the contractor as Government Furnished Property (GFP). The contractor will provide the software for all other components. The contractor will be required to deliver complete JTIDS Class 2H Link- 16 Network Enhancement Upgrade Kits for platform integration and test. The JTIDS Upgrade Kits to be procured on this contemplated contract will conform to all current interface requirements and will make use of existing hardware and software design, to the maximum extent possible. The contractor will provide engineering and logistics support services for existing JTIDS Class 2H terminal demonstrations and evaluations of the Link-16 Network Enhancements. The contractor will be required to develop the integrated logistics support for the operation, maintenance and sustainment of the Link-16 network enhancements, which includes, but not be limited to, provisioning technical documentation, logistics management information, technical documentation, training materials, spares, depot level support, identification of hazardous material, and a report identifying issues associated with Diminishing Manufacturing Sources and Material Shortages (DMSMS), otherwise know as obsolescence. 2.2 NOTIONAL SCHEDULE Contract Award: 3rd Qtr FY 12 System Lead Time: Develop JTIDS Class 2 terminals upgrade kits by 3rd Qtr FY15 3 REQUESTED INFORMATION Responses to this RFI should provide the following information: 3.1 Describe the respondents proposed approach and existing capability to provide JITDS Class 2 terminal upgrades which conform to all interface requirements and leverages existing hardware/software design. 3.2 Describe the respondents capability to develop, fully integrate, and test JTIDS Class 2 terminal upgrade kits (hardware and software) within the schedule shown above. 3.3 Describe the maturity of JTIDS and Link-16 Mandates and Network Enhancement products currently available from the respondent. In particular, describe what JTIDS Link-16 Mandates or Network Enhancements could the respondent successfully demonstrate in a laboratory prior to contract award. 3.4 Describe top ten technical, and program risks associated with implementing the Link-16 Mandates and Network Enhancements in JTIDS and potential risk mitigation strategies. 3.5 Propose a contracting strategy to obtain the required products and services described above, to include both a strategy for development and production. 3.6 Describe industry and military specifications and standards which your company would implement in support of the effort outlined herein, and discuss how your company would apply these standards in the performance of these requirements. 3.7 Describe any technical data and computer software (i.e. Interface Control Documents (ICD), Software Code, Card Product Specifications, System Performance Specifications etc.) your company would need in order to develop and produce the required JTIDS and Link-16 enhancements. 3.8 Describe the level of proprietary data involved with developing a Link 16 Mandates and Network Enhancements in the JTIDS Class 2 terminal, and if it possible for the Government to obtain Government purpose rights to the technical data. 3.9 Describe any potential hardware obsolescence or availability issues with implementing Link-16 Mandates and Network Enhancements in the JTIDS Class 2 terminal for the planned production years, estimated to be FY15 FY17. 3.10 Describe any difficulty in meeting the JTIDS environmental specifications as derived from the JTIDS Class 2 SSS. 3.11 Describe any difficulty in meeting the JTIDS EMC specifications. 4 RESPONSES Responses to this request for information must be received within forty (45) days of the release of this RFI. 4.1 FORMAT White papers in Microsoft Word for Office 2000 compatible format are due no later than 8 December 2008. Responses shall be submitted via e- mail only to the Contract Specialist, Rachel Kriescher at rachel.kriescher@navy.mil. Submissions will become Government property and not be returned. PEO C4I may have contractor support personnel review and evaluate white papers. Accordingly, white papers should not contain proprietary material. If any responder has concerns with release of its white paper to support contractor personnel, please state so in your submittal. 4.2 CONTENT Section One of the white paper shall provide administrative information, and shall include the following as a minimum: Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. Section Two of the white paper should describe the response to Paragraph 3.0. 5 INDUSTRY DISCUSSIONS SPAWAR representatives may choose to meet with selected vendors. Such discussions would only be intended to get further clarification of submitted responses. 6 QUESTIONS Questions regarding this announcement shall be submitted in writing by e-mail to the Contract Specialist, Rachel Kriescher at rachel.kriescher@navy.mil. Verbal questions will not be accepted. Questions will be answered via posting answers to the SPAWAR E-Commerce Central website; accordingly, questions shall NOT contain trade secrets or classified information. The Government does not guarantee that questions received after 20 November 2008 will be answered. To access the SPAWAR E-Commerce Central website, go to https://e- commerce.spawar.navy.mil. Click on Headquarters, then Market Surveys, then the yellow folder to the left of RFI: Joint Tactical Information Distribution System (JTIDS) Interested parties are invited to subscribe to the SPAWAR website to ensure they receive any important information updates connected with this RFI. To subscribe, click on RFI: Joint Tactical Information Distribution System (JTIDS), then Subscribe near the top of the screen, and follow the directions provided.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=68376d53945c19ecb3b7327e955937aa&tab=core&_cview=1)
 
Place of Performance
Address: SPAWAR COMMAND 4301 Pacific Highway, San Diego California<br />
Zip Code: 92110<br />
 
Record
SN01695065-W 20081024/081022215026-68376d53945c19ecb3b7327e955937aa (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.