Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOURCES SOUGHT

70 -- Mobile User Objective System (MUOS) Waveform Software IN-Service Support (SwISS) Request for Information (RFI)

Notice Date
6/2/2011
 
Notice Type
Sources Sought
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
SPAWAR_Headquarters_MKTSVY_93716
 
Response Due
6/30/2011
 
Archive Date
7/15/2011
 
Point of Contact
Point of Contact - Martin J Richards, Contract Specialist, 619-524-5420
 
E-Mail Address
Contract Specialist
(martin.richards@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government is conducting amarket survey to: (1) locate and identify qualified small business sources to determine if sources exist for a small business set aside; and (2) determine the capability of large businesses in fulfilling the MUOS requirements, if there are not enough qualified small businesses. Description: The Space and Naval Warfare Systems (SPAWAR) Command, in support of Joint Program Executive Office (JPEO) Joint Tactical Radio System (JTRS) Network Enterprise Domain (NED), is soliciting information from potential sources to provide post production software support for the MUOS waveform software. The intent of this procurement is to provide technical support, software maintenance/upgrades, and enhancements to the baseline JTRS MUOS software. General Background: The Department of Defense established the JTRS program to provide a family of software programmable radios designed around a Software Communications Architecture (SCA). As such, the JTRS will provide reliable multi-channel voice, data, imagery, and video communications and eliminate communications problems caused by "stovepipe" legacy systems. The JTRS will achieve these objectives through the procurement and fielding of a digital, programmable, modular communication system based on software-defined radio technology. The JTRS program consists of a series of joint acquisition activities, managed by JPEO JTRS. The objective of JTRS is to develop, produce, integrate, and field a family of interoperable, digital, modular, software defined radios that operate as nodes in a network to ensure wireless communications and networking for mobile and fixed forces. Specifically, JTRS will have the ability to receive, transmit, and relay voice, data, and video. JTRS is being developed in a Joint environment, thus allowing maximum hardware and software commonality and reduced porting efforts across Service platforms. Through implementation of common waveforms, radios, software, and select ancillary component and network management equipment, JTRS will enable enhanced interoperability, reusability, supportability, and software portability, and will result in improved speed to capability, and more effective implementation of incremental capability improvements. MUOS Background: The MUOS waveform application will enable MUOS satellites to provide worldwide communication satellite coverage for DoD and other government agency requirements. The MUOS system will provide functionality comparable to commercial mobile phone systems. MUOS will offer secure streaming video, netted communications, and voice/data in real time to provide essential connectivity. The MUOS waveform application is being developed through a contract awarded by the Space and Naval Warfare Systems Command (SPAWARSYSCOM) to Lockheed-Martin Space Systems Company (LMSSC). This application is based on the commercially available Wideband Code Division Multiple Access waveform application, with some significant modifications to account for long satellite access delays and to add unique functionality. In addition, the application has been enhanced to take into account heterogeneous MUOS network components that consist of mobile devices, stationary gateways, core network servers, etc. The MUOS network is a complete network that provides access and services to users but requires a comprehensive ground transport system to support its operations. The JTRS NED Program modified this waveform application by adding a red side processor (RSP) and otherwise making it compatible and certifiable to meet DoD security requirements for porting to JTRS. The MUOS RSP waveform capability expected FQT date is December 2011. The baseline MUOS waveform architecture was developed as a black transport waveform with interfaces only to the black side of the JTRS terminal. In July of 2006, the Government directed the Lockheed Martin MUOS team to develop a MUOS Red Side Waveform Application Reference Architecture and segment-level requirements that describe the functional components and requirements necessary for the proper handling and protection of bearer traffic within both the classified and unclassified domains of a JTR Set and to support the transfer of classified or unclassified bearer traffic across MUOS. The following version nomenclature has been adopted for the (2) stages of MUOS waveform application development: - MUOS Waveform 1.x (MUOS WF v1.0 and above) is the initial non-SCA, black-only waveform. - MUOS Waveform 3.x (MUOS WF v3.0 and above) is a complete SCA and UIC compliant, black/red combined waveform. MUOS Waveform Application Version 3.x (MUOS WF v3.x) Concept: The initial MUOS Waveform Application development effort focused on the design, development and test of the waveform application software components located only within the black domain of a terminal, i.e., MUOS Waveform Application Version 1.x (non- JTRS compliant waveform). MUOS WF v3.x focused on the design, development, and test of new WF application components, integration with MUOS Waveform Application v1.x components and integration with the MUOS Ground System. MUOS WF v3.x will interface with the terminal services and devices within the terminals black domain, the Crypto Subsystem (CS/S), and the red domain to move bearer traffic between the User boundary (e.g., Input/Output (I/O) ports) and the Radio Frequency (RF) boundary (e.g., Ultra-High Frequency (UHF) transmit and receive equipment). The Waveform Development Environment (WDE) used to develop and test MUOS WF v3 is based on actual Handheld, Manpack and Small Form Factor (HMS) hardware. MUOS bearer traffic includes encoded voice (either Mixed Excitation Linear Predictive, version e (MELPe) or G.729ab), binary serial data or user- generated Internet Protocol (IP) packet data. Since MUOS supports the transfer of classified or unclassified bearer traffic, MUOS terminal system design and MUOS components developed for operation within the terminal's INFOSEC boundary must meet security requirements necessary for National Security Administration (NSA) certification of MUOS terminals. The initial target terminal for MUOS WF v3.x is the JTRS HMS manpack, but many other terminals are also expected to utilize it. As part of this initiative, the JTRS NED program is evaluating the means by which offerors can establish and provide Software In-Service Support for the JTRS MUOS software within this family of communications products. Requested Information: Firms are invited to submit the appropriate documentation, literature, and references necessary to demonstrate that they possess the required knowledge, experience, and capabilities necessary to meet or exceed the required information below. Capability Responses must include all of the following information: (a) Administrative Information: (1) Company name, mailing address, phone number, fax number, e-mail, and title of designated point of contact; (2) Business type (Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran Owned and/or Service Disabled Veteran-Owned Business); (3) Business size including total annual revenue, by year, for the past three years and number of employees based upon North American Industry Classification System (NAICS) code 541511, Custom Computer Programming Services; (4) CAGE code and DUNS number (if available); and (5) Facility security clearance of the responder (b) Corporate Capabilities: (1) Describe your process for investigating, validating and fixing JTRS and/or MUOS waveform problem reports, and how you would modify it to work within the JTRS NED SwISS process. (2) Experience and capabilities with development, technical support, enhancement, and maintenance of JTRS and/or MUOS waveform software. (3) Experience and capabilities in porting and porting support of JTRS and/or MUOS waveform software. (4) Describe your company's experience/expertise in the area of Formal Qualification Testing (FQT). Experience should include preparation and execution of MUOS test procedures (or similar networking waveform) and demonstration of JTRS Test & Evaluation Laboratory (JTEL) Application Program Interface (API) and Software Communications Architecture (SCA) requirements/standards. (5) Experience in supporting National Security Agency (NSA) Information Assurance assessment of JTRS and/or MUOS waveform software including Unified Information Security Criteria (UIC) allocation and Waveform Software Security Report (WSSR) development. (6) Capability in identifying, providing, and maintaining a suitable waveform development and test environment. Discuss understanding and capability to integrate the waveform with the MUOS Ground System and your companys capability in integrating the test environment with test satellites and satellite simulators/emulators. Interested parties shall identify test tools or lab equipment that is required as Government-Furnished Equipment/Government-Furnished Property/ Government Furnished- Information (GFE/GFP/GFI) and the estimated need date (e.g. 60 days after contract award). Describe how your company will integrate the JTRS MUOS waveform into a suitable test environment to allow for contractor testing of modified software. (7) Describe your company's experience/expertise in the areas of test data analysis, developing and updating test emulators, simulators, scripts, modeling and simulation, and other test support software and hardware for testing JTRS waveform software. (8) Describe your knowledge of JTRS API standards, JTRS UIC, JTRS NED Waveform Portability Guidelines, JTRS Software Standards, JTRS SCA requirements, and interoperability certification requirements. Also, describe your knowledge and expertise in 3GPP Wideband Code Division Multiple Access (WCDMA) standards and mobile networks, knowledge of satellite access link budgets and measurements, air interface power control, WCDMA timing analysis, IPv4 and IPv6 RFCs, and network management. Further, describe your expertise in mobile network performance measurement and analysis and obtaining and analyzing performance logs and data. (9) Provide an explanation of how your firm has the capacity to conform to FAR clause 52.219-14, Limitations on Subcontracting. (10) A list of customers for current and relevant work performed that meets the following conditions/terms: Relevant work is described as work similar in scope to the posted draft SOWs and at an estimated contract dollar value of at least $10M. Current work is defined as work performed since 1 January 2008. Information per customer shall include the following: (i) a summary of work performed, (ii) contract numbers, (iii) period of performance, (iv) contract type, (v) dollar value for each contract referenced, how the work demonstrates capability to perform percentages stated in number eight, (vi) whether prime or subcontractor, (vii) level of effort (# of FTEs etc.) and (viii) a customer point of contact with valid phone number and email address. (This information is required to verify offerors performance. The government may contact any reference for further validation.) Do not include any documentation for any company other than your own. This is an analysis of your companys capabilities to determine what work your firm is capable of performing. Respondents will not be notified of the results of this evaluation. All submissions become Government property and will not be returned. Responses: Interested parties are requested to respond to this RFI with a white paper in Microsoft Word for Office 2000 compatible format. RFI responses are limited to 20 pages including cover sheet, administrative pages and all attachments. Responses shall be submitted via the SPAWAR E- Commerce Central website. No proprietary information is being sought by way of this RFI. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate any proprietary information from non-proprietary information in your response. Any and all information submitted in response to this RFI is subject to full disclosure/release. Please be advised that all submissions become Government property and will not be returned. The support contractors listed below have signed no-bid letters for this prospective contract and will be reviewing responses to this RFI. It is the respondents responsibility to execute Proprietary Data Protection Agreements (PDPAs) with these support contractors, if deemed necessary, by the date of your submission. In the absence of an executed PDPA, respondents shall include a statement in their response that explicitly states that support contractor personnel are not permitted to review the response. If a PDPA is not executed, or a respondent indicates that support contractor personnel from the aforementioned firms are not permitted to review the response, the response will be reviewed by Government personnel only. The following is a list of support contractor Points of Contacts who will review the responses. You may contact these individuals for execution of PDPAs as necessary. - Booz Allen Hamilton : John Kerschbaum, 619-524-5805, kerschbaum_john@bah.com - SRA International, Inc.: Michael Bouchard, 619-524-5658, Michael_Bouchard@sra.com - SAIC: Eric Bala, 619-524-5777, balaef@saic.com Response Deadline: Responses are requested no later than 30 June 2011 at 1:00 PM Pacific DST. Responses shall be submitted to SPAWAR electronically via the SPAWAR E-CC website located at https://e- commerce.spawar.navy.mil. It should be noted that telephone replies will not be accepted. Industry Interaction: SPAWAR representatives may or may not choose to interact with responders. Such interactions may be intended to request further information related to the capability to potentially meet the requirements. Questions: Questions regarding this announcement shall be submitted via the SPAWAR E-Commerce Central website. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the SPAWAR E- Commerce Central website. Accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after the due date will be answered. To access the SPAWAR E-Commerce Central website, go to https://e- commerce.sscno.nmci.navy.mil. Click on Headquarters, then Market Surveys, then Mobile User Objective System (MUOS) Waveform Software In-Service Support (SwISS) RFI to view other important information related to this RFI. Interested parties are invited to subscribe to the SPAWAR website to ensure they receive any important information updates associated with this RFI. To subscribe, click on https://e- commerce.sscno.nmci.navy.mil. Summary: This is a request for information (RFI) only to locate and identify qualified small business sources to determine if sources exist for a small business set aside; and to determine the capability of large businesses in fulfilling the MUOS requirements, if there are no qualified small businesses. The information provided in the RFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed and release of this RFI shall not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. 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 and any follow-up information requests will be solely at the interested partys expense. The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (e.g., 8 (a), HUBZone, SDB, SDVOSB, etc.). Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website and the SPAWAR E-Commerce Central website at https://e- commerce.sscno.nmci.navy.mil. It is the responsibility of the potential offerors to monitor these websites for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/SPAWAR_Headquarters_MKTSVY_93716/listing.html)
 
Record
SN02462570-W 20110604/110602234821-f65a5ccbc68b413288e5323f5ccb1f32 (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.