Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2010 FBO #3227
MODIFICATION

58 -- Request for industry feedback in review of the Joint Internet Protocol Modem (JIPM) Interoperability Draft for the development of interoperable modem products by private industry.

Notice Date
9/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. 4502, Arlington, Virginia, 22204-4502, United States
 
ZIP Code
22204-4502
 
Solicitation Number
JIPM-INTEROPERABILITY
 
Archive Date
10/21/2010
 
Point of Contact
Jerl S Traylor, Phone: 703-681-0300
 
E-Mail Address
jerl.traylor@disa.mil
(jerl.traylor@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Joint Internet Protocol Modem (JIPM) Interoperability 1.0 Description: The Defense Information Systems Agency (DISA), SATCOM, Teleport, and other Services (PEO-STS), in coordination with DISA's Defense Information Technology Contracting Organization (DITCO), is requesting industry feedback in review of the Joint Internet Protocol Modem (JIPM) Interoperability Draft. The JIPM Interoperability Draft is intended to document the JIPM air interface in sufficient detail to permit other industry companies to develop interoperable modem products. DISA PEO-STS is interested in having industry modem vendors review the Interoperability Draft and provide engineering and technical questions/comments pertinent to developing an interoperable JIPM product based on this draft. •2.0 Background: The JIPM is the DoD SATCOM IP modem system and standard that serves as the transport device within the DoD Global Information Grid (GIG) to efficiently and securely transfer Warfighter IP traffic over DoD-owned or leased satellite systems. The JIPM allows the Warfighter to take advantage of the advancements presented by the Digital Video Broadcast (DVB), Second Generation (S2), Return Channel Satellite (RCS), (DVB-S2/RCS) standard, such as efficient use of satellite bandwidth through dynamic allocation and higher data throughput-all in a secure manner with NSA-approved embedded TRANSEC. These advancements allow the Warfighter to access the DISN services efficiently and securely, thus becoming a DISN Point-of Presence (POP) and a true peer to the terrestrial GIG in theater. The February 2006 ASD/NII memo, entitled the "Department of Defense Policy for Transmission of Internet Protocol Over DoD-Leased and DoD-Owned Transponded Satellite Communications Systems", outlined the need for the JIPM to provide a single solution that supports direct interoperability between users, maximizes bandwidth-on-demand efficiencies, and does not constrain the Department to a single vendor's products. From this policy, the fundamental tenet behind the JIPM is to provide a common platform solution by leveraging commercial open standards (DVB-S2/RCS) with NSA-approved TRANSEC for fixed hub-spoke and mesh IP SATCOM systems. The current JIPM variant (V-1), under contract with Globecomm Systems Incorporated (GSI) and ViaSat, is a DVB-S2/RCS, hub-spoke system, with AES-256, certified by NIST under FIPS 140-2 Level 2. The JIPM Interoperability Draft, as developed by GSI/ViaSat, is required to show modifications to the original DVB-S2 and RCS standards, including, but not limited to, the physical air interface, signaling messages, protocols, encryption capability, utilization of keys, and any other data required for a commercial source to produce interoperable IP modems, for a hub-spoke JIPM system. •3.0 Requested Information: Interested parties are requested to respond to this RFI by describing their technical capabilities, displaying experience of developing similar modem products. Interested vendors are requested to submit a capability statement and summary of their knowledge and experience germane to the following areas: Experience in developing VSAT systems. Experience in developing SatLabs certified DVB-S2/RCS systems. Experience in developing TRANSEC, particularly AES-256, NIST Certified under FIPS 140-2 Level 2. Experience with DoD Information Assurance Certification and Accreditation Process (DIACAP). Experience with Military Satellite Communications (MILSATCOM) certification. Experience with the Joint Interoperability Test Center (JITC). Considerations on how the attached Interoperability Draft can be used for implementation on your existing platform to provide the modem capability required by DoD. The Government is only seeking technical comments pertaining to the following JIPM Interoperability Draft volumes: •· JIPM IP Modem Standard General.doc - This volume defines the recommended changes to DVB-S2 and DVB-RCS waveforms, messages, Radio Frequency (RF) and Internet Protocol (IP) performance requirements necessary to ensure interoperability of the equipment at the over-the-air interface to the satellite and wired interface to the network. JIPM IP Modem Standard FOUO.doc - This volume defines the recommended changes to DVB-S2 and DVB-RCS waveforms, with Link Layer Encryption enabled for TRANSEC and Traffic Flow protection, to ensure interoperability of the equipment at the over-the-air interface to the satellite and wired interface to the network. JIPM IP Modem Standard MIB.doc - This volume defines information about over the air protocols and messages, such as Management Information Bases (MIBs) and control messages. Qualified parties may request the documents listed above and a comment template via email to: JIPMPMO@disa.mil 4.0 Sources Sought: Respondents shall classify their company using the following North American Industry Classification System (NAICS) Code: 334220 5.0 Questions and Responses Questions regarding this RFI shall be submitted in writing by email to the Contracting Officer. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Federal Business Opportunities (FedBizOpps) website ( https://www.fbo.gov/ ) accordingly; questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 22 September 2010, will be answered. Responses to this RFI are to be submitted and received by 11:59 p.m. EST, 06 October 2010, to be considered by the Government. Responses should be single-spaced, Times New Roman, 12 point font with one inch margins, and compatible with MS Office Word 2003. Responses shall be submitted to the following email addresses: JIPMPMO@disa.mil and Jerl.Traylor@disa.mil. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past five years or work that is on-going) and relevant experience (work similar in type, scope and complexity) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers. Provide a list of the current contract vehicles your services may be procured from, to include the General Service Administration (GSA), Federal Supply Schedule (FSS), and any other government contract vehicle. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. 6.0 Summary THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. DISA has not made a commitment to procure any of the items discussed and release of this RFI should not be construed as such commitment or as authorization to incur cost for which reimbursement would be required or sought. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. The information provided in response to this RFI will be used to determine how to proceed in the acquisition process for UHF SATCOM IW and IBS capabilities. In accordance with FAR 15.201(3), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website or applicable notification medium. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/JIPM-INTEROPERABILITY/listing.html)
 
Record
SN02293552-W 20100925/100923234627-3b7b0fa0b1a2a0847db1f8b9b0f99096 (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.