Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SPECIAL NOTICE

D -- Request for Information - Sources Sought for Spectrum Management Subsystem

Notice Date
6/13/2011
 
Notice Type
Special Notice
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J11R0129
 
Archive Date
6/12/2012
 
Point of Contact
Anna Lopez, 309-782-3836
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(anna.lopez1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) - SOURCES SOUGHT FOR SPECTRUM MANAGEMENT SUBSYSTEM (SMS) 1. Purpose Project Manager, Defense Communications and Army Transmission Systems (PM DCATS), Fort Monmouth, NJ, is seeking information for a possible Spectrum Management Subsystem (SMS) that can be utilized to support both the Wideband Global SATCOM (WGS) and Defense Satellite Communications System (DSCS) satellites. The DSCS satellite constellation has been available for over 20 years and may continue to be available through 2020. The WGS constellation is still being constituted. WGS provides many times the capacity of DSCS, much greater throughput, flexibility, power, and bandwidth to support Warfighter communication requirements. As such, it is necessary for operators at Operations Control Facilities (OCF) to know the current state of each transponder and beam for the satellite. The SMS may be deployed globally in support of all DSCS and WGS deployments. PM DCATS provides worldwide support for the Joint Warfighters by providing dedicated strategic satellite ground components and long haul terrestrial microwave communication systems, technical control facilities, command center upgrades, and deployed forces infrastructure. Requirements have been identified for a complete spectral analysis of transponders utilizing an SMS which can characterize the carriers on each transponder and provide an integrated snapshot to the operator both at the local OCF and at remote sites that are tied into the global OCF network. The functionality is required for implementation at the first OCF within the next 6-7 months, in support of facilities upgrades. As such proven commercial off the shelf (COTS) product(s) is desired. Proposed period of performance is from July 2011 - December 2012. 2. High Level Requirements for a SMS: a. Operational Bandwidth. The SMS shall provide a full spectrum view of satellites including DSCS and WGS. DSCS operates over a 500 MHz bandwidth utilizing the Military X-Band. WGS operates over the full Military X-band as well as over a 1 GHz range utilizing the Military Ka-Band, including frequency reuse. The primary mode of monitoring WGS requires specialized synchronized signal acquisition and monitoring capability. Additionally, the WGS provides unique features including matrix switching; any capability that can help characterize WGS unique functionality is highly desired. There is a potential to utilize such tool for commercial C and Ku band transponders. b. Digital Signal Processing (DSP) Capabilities. The SMS shall be DSP based, and should allow for as wide an instantaneous usable bandwidth as possible (85MHz minimum, up to 500MHz is desired with a minimum of 12-bits of digitizer resolution) and should allow characterization of AJ spread waveforms. The WGS satellite also has the capability to copy spectrum from remote beams, as seen by the satellite, and stream it down in a single carrier or broadcast to many individual beams. The SMS must be capable of synchronizing with the downlink stream to allow reassembly of the spectrum. The SMS shall support a full range of WGS sync channel dwell times from 100ms to 12.5sec (specifically selectable dwell times must be consistent with the current WGS payload design). The SMS shall provide real-time frequency domain characterization and time domain characterization for sync channel dwell times down to 100ms. The SMS shall support frequency domain characterization of 16MHz of sync channel bandwidth within a 50ms window, and time domain characterization rates of at least 25 1-MHz carriers per second. DSP configuration and control via current standard TCP/IP is required. Timing shall be capable of functioning with both 5MHz and 10MHz references. To the maximum extent possible, the DSP chassis should be easily accessible and major components (power supplies, digitizers, down-converters, etc.) shall support hot swap replacement. c. Architecture. The SMS architecture shall be modular and designed with scalability as a key design criterion. The architecture shall support, to the greatest extent possible, a distributed instantiation. This implies that any component of the architecture shall be capable, assuming adequate network resources, of being deployed in a "remote" configuration. d. Tuner capabilities. L-band tuning range of 950-2150MHz, with at least 30db of programmable gain/attenuation, using current standard TCP/IP for configuration and control. e. Spectrum Characterization. The SMS shall provide a spectral view of all carriers, to include FDMA, AJ/AS (Frequency Hopped Spread Spectrum (FHSS), Direct Sequence Spread Spectrum (DSSS) and hybrid FHSS/DSSS), and MF-TDMA/IP systems which utilize standard and/or proprietary waveforms. The SMS shall process carriers that include IP Modems such as DVB-S, DVB-S2/RCS, Linkway (JNN), iDirect (CSS), the Network Centric Waveform (Proposed MIL-STD-188-EEE) and similar MF-TDMA systems. The span time for characterizing the spectrum shall be minimized. Additional details relative to characterizing coding, modulation, and other signal processing which may be available would be an added plus. f. User Application. The SMS will be operated by Government or contractor personnel that support the OCF's and will include application software to provide a graphical user interface with conventional pull-down menus to enable satellite operational views indicating measured performance, system configuration, troubleshooting, and real time system status. g. Environmental. The SMS will be suitable for fixed facility deployments, where there is minimal environmental hazard exposure. The SMS will operate from worldwide and generator power sources. h. Transportability. The SMS may be transported by air, land, or sea to a staging area during deployments to OCF's worldwide. i. Fully-Automated External Management Interface. The SMS shall interface with operations and management systems that provide an integrated User Defined Operating Picture (UDOP) to the operator. As such, the SMS shall provide performance data via an open standards based interface utilizing SNMP, SQL, ODBC, or XML transfers. The SMS shall compare WGS and DSCS occupancy plan against the SMS measured data and generate alarms to report variances. The SMS shall display the plan as a spectral mask for easy viewable planned versus measured variances. j. Operator Interface (OI). User interface shall possess the same features for both local and remote users. The OI shall contain a dashboard as a simplified starting point for reporting satellite spectrum status. The OI shall provide a library of spectral and measurement data displays based upon logical groupings. Individual users should have the ability to customize select displays, as well as have the capability to design and incorporate new custom reports. k. Situational Awareness (SA) via remote access. Provide access to SMS real-time or near real-time data to remote users that are connected to the OCF global network. Spectral data must be accessible from several OCF's. SMS system administrators shall have the ability to restrict remote users to read-only basis. l. Component status. Status of SMS components shall be provided via an SNMP v3 interface. 3. Future Desired Upgrades: a. Expanded in-beam monitoring capability. Have the ability to provide 500MHz of instantaneous bandwidth capture. b. Link Performance Monitoring. Add the ability of the SMS to characterize link performance and provide power adjustments in an automated fashion to terminal transmitters. 4. Services The applicable services to be provided in conjunction with the SMS include: system development as needed; system integration; verification and acceptance testing; information assurance in accordance with DoD Information Assurance Certification and Accreditation Process (DIACAP) regulations and DISA Security Technical Implementation Guides (STIGs); fully releasable training materials and training support; operations and maintenance support; management and administrative support; integrated logistics support; telecommunications security; engineering; configuration management; site surveys; system and facility installation; facilities, terminals, and support equipment. Restrictive or recurring licensing costs are not desired. A minimum of Government Purpose Rights are required for Government and Government support contractor for SMS operations, maintenance, IA management, access to system documentation, including training materials. 5. Information Requested Interested companies should furnish the following information: a. Name and address of your company. b. Point of Contact (Name address, phone number, and e-mail). c. Identify current products your company offers which most closely match the capabilities specified above. d. Available product brochures, specification sheets, photographs, illustration and technical descriptions that describe your company's current products that most closely match these capabilities. e. An optional "White Paper" (no more than 20 pages in length) describing how your company's products and technical expertise could produce and deliver such a capability. f. An identification of your company's past and current customers to which your company provided similar products and services, including a customer/company name and point of contact, phone number, and address/e-mail where they can be contacted. g. Indicate if your company would be willing to conduct a one or two day demonstration of your products technical capabilities. 6. Disclaimer This RFI is for informational purposes only and does not obligate the Government to implement or acquire any Spectrum Management System, equipment or service addressed in any information received, or change any acquisition strategy. This RFI does not obligate the Government for cost reimbursement for preparation of response. Procurement Sensitive FOR OFFICIAL USE ONLY
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e6a3399dc231d6f67ca13aad0752d962)
 
Record
SN02470966-W 20110615/110613234301-e6a3399dc231d6f67ca13aad0752d962 (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.