Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2008 FBO #2572
DOCUMENT

58 -- Request For Information for C4ISR Integrated Bridge System (IBS) - RFI

Notice Date
12/9/2008
 
Notice Type
RFI
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-09-RFI-0060
 
Point of Contact
Karin A Weinert,, Phone: 732-323-1177
 
E-Mail Address
karin.weinert@navy.mil
 
Small Business Set-Aside
N/A
 
Description
2.0Background The United States Special Operations Command (USSOCOM) Family of Special Operations Vehicles (FOSOV) has a need for commonality of Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) interfaces between Special Operations Forces (SOF) service components. Current systems onboard FOSOV are co-located, but are independent; no solution currently exists that provides interoperable and supportable C4ISR capabilities across the wide range of platforms comprising the FOSOV. The Naval Air Systems Command (NAVAIR) Special Communications Requirement Division (SCRD), on behalf of USSOCOM, Program Executive Office SOF Warrior (PEO-SW), PM for FOSOV located at MacDill Air Force Base, FL, is looking for information from companies for a solution to provide Non-Developmental Item (NDI) technologies to support an Integrated Bridge System (IBS) that integrates C4ISR, navigation, sensor, weapons, and platform monitoring and control functions on mobile platforms such as HMMWV, MRAP, and maritime combatant craft. Implementation of a standard integration of subsystem equipment will minimize redundant capabilities, standalone systems, reduce program risks and costs, improve interoperability, reduce physical footprint, and simplify supportability. 3.0Purpose FOSOV requires an IBS solution to allow integration of existing C4I, navigation, sensor, weapons, and platform monitoring and control functions at a single system/user interface. This is a follow-on to RFI N68335-09-RFI-0003 in which the government requested information from industry on Commercial-off-the-shelf solutions that would provide similar capabilities to those being sought in this RFI. The objective is to have command and control of multiple subsystems from a single user interface and secondary to that is to be able to support the command and control (C2) role from multiple interfaces within the IBS. Hence, the IBS solution must combine requirements, material solutions, and/or current subsystem that were previously standalone. The IBS solution must allow the integration of the technologies currently contained within the FOSOV to meet the capability objectives of enabling C2 of SOF conducting irregular warfare (IW), surveillance and reconnaissance operations, or collecting/verifying intelligence data; and allowing real-time coordination with other mission participants (including coalition members) and higher and/or adjacent echelons. 3.1Current Subsystems The IBS solution must provide an integrated workstation(s) that permit operators to access, monitor, and control the following existing FOSOV subsystems: •Falconview Subsystem. Provides GPS and navigation capabilities. Includes one (1) rugged computer and one (1) serial GPS interface. •Radio Subsystem. Includes AN/VIC-3(V) hardware, and the following external interfaces: six (6) user headsets, four (4) analog voice/PTT interfaces, 18-23 volts DC power, and three (3) Unused Serial Remote Control Interfaces (one (1) AN/PRC-117F or one (1) AN/PSC-5D, and two (2) AN/PRC-148(V)). •Force XXI Battlefield Command Brigade and Below-Blue Force Tracker (FBCB2-BFT) Subsystem. Provides on the move, near-real-time situational awareness (SA) to the vehicle mounted platform level. Includes one (1) AN/UYK-128 processor Unit, one (1) keyboard unit, one (1) display unit, one (1) serial interface adapter device (SIAD), and one (1) MT-2011 antenna. Also includes the following external interfaces: one (1) RF (L-band) FBCB2-BFT SA link, one (1) serial DAGR interface, and 20-33 volts DC power. •Joint Tactical C4I Transceiver System (JTCITS) Subsystem. Provides a robust tactical wireless network that directly links the individual soldier to imagery and sensor information. Includes the following hardware: one (1) Rover III/IV Receiver, one (1) Toughbook CF-19 Computer, two (2) Omni-directional Ku or C/L Frequency band antennas, and one (1) AC-DC/DC-DC Battery Eliminator. Also includes the following external interfaces: one (1) RF data link in C, L, and Ku bands both analog and digital; one (1) Serial GPS Interface; one (1) Network Interface; 11-36 Volts DC or 95-270 volts AC, 47-440 Hz Power; and one (1) COMSEC port for future capabilities. •Ground Mobility Visual Augmentation System (GMVAS) Subsystem. Provides SOF operators the ability to navigate vehicles; conduct surveillance; and detect, identify, and track threats in all light and weather conditions. Includes the following hardware: one (1) SR-GMVAS Sensor, one (1) FLIR Control Electronics Unit, one (1) Handheld Control Unit, one (1) System Junction Box, and one (1) LCD Display. Also includes the following external interfaces: one (1) IR source, and 19-32 Volts DC Power. •Platform Maintenance Subsystem. Monitors platform systems such as electrical power systems health, alternator, and reserve power capacity. Includes one (1) Rugged Computer and one (1) CANbus/J1939 external interface. •Common Remotely Operated Weapon System (CROWS) II. Provides the operator the ability to acquire and engage targets while remaining protected within the vehicle. Includes one (1) exterior fixed mount. External interfaces include a sensor unit which is comprised of one (1) day camera, one (1) Forward-Looking Infrared (FLIR), and one (1) laser rangefinder; and a fire control unit (FCU) which is comprised of one (1) display, switches, and one (1) joystick. 3.2Objective The objective of this Request for Information (RFI) is an optimized configuration and integrated solution for all necessary FOSOV processors, signal interfaces, network infrastructure, user interfaces, radios, and software to permit complete and efficient operation and management of the platform and its electronic systems. The optimal solution will result in; at a minimum, the consolidation of like functions to reduce the number of computers within the FOSOV, thus resulting in the minimum number of Line Replaceable Units (LRUs) and achieve a reduction of Size, Weight, and Power (SWAP) requirements, with size and weight being weighted most. The desired outcome of the resultant IBS solution must reduce the physical footprint of FOSOV systems while maintaining flexibility to provide for future technology upgrades. Candidate IBS solution must allow for increased fault tolerance, provide reliable operation in harsh environmental conditions typical of tactical vehicles and maritime applications, and must be capable of accommodating future C4ISR developments while minimizing life cycle costs. Additionally, candidate solution must be capable of accommodating FOSOV’s short-term needs (i.e., ability to field in October 2009), while maintaining bridging abilities to allow expansion to meet long-term goals and future requirements. 4.0Other Variables The vendor should identify any relationships with Independent Software Vendors (ISVs), System Integrators (SIs), and Original Equipment Manufacturers (OEM). Additionally, the vendor should identify any enhancements or capabilities that distinguishes their IBS solution from other solutions such as: range of features, open systems approach, modularity and scalability, human factors, ease of upgrade, or other relevant distinctions. 5.0Conclusion THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP), BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated in this synopsis. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Interested parties are requested to submit their comments, and can additionally provide a capabilities statement of no more than five (5) pages in length that demonstrates the respondent’s ability to meet the requirements as specified herein. The Government is interested in receiving vendors’ commercial published price lists for items they believe meet the need in this RFI. The Government is also interested in non-commercially available cost data for market research and government cost estimating purpose; where available, and is also interested in lead-time. Supplying any cost data does not imply a contractual obligation and must be sent as a separate document, marked as COST DATA and sent only to the contracting officer listed below. The Government intends to use contractors to assist with review and analysis of responses to this RFI. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government and its contracted support contractors. Each contractor will be responsible for obtaining NDAs from each respondent. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential offeror’s responsibility to monitor this site for the release of any follow-on information. All responses, including capability statements, shall be submitted no later than 3:30 PM EST, 15 January 2009. All interested parties should send any comments or questions to Karin Weinert, e-mail: karin.weinert@navy.mil or phone: 732-323-1177 in Microsoft Word format or Portable Document Format (PDF). The Government is neither committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this request for information. Point of Contact: Karin Weinert, Contract Specialist, Phone 732-323-1177, e-mail:karin.weinert@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1f491cdd31aeee21bcb19669c255b5bc&tab=core&_cview=1)
 
Document(s)
RFI
 
File Name: Word Doc Version of RFI (C4ISR IBS RFI_rev1.doc)
Link: https://www.fbo.gov//utils/view?id=403fbac43d5dd64626ba326a2e48a925
Bytes: 96.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01716020-W 20081211/081209220034-1f491cdd31aeee21bcb19669c255b5bc (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.