Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2011 FBO #3610
SOURCES SOUGHT

B -- System of Systems Integration Directorate Network Integration Exercise (NIE) Sources SOught

Notice Date
10/11/2011
 
Notice Type
Sources Sought
 
Contracting Office
ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
NIE
 
Response Due
10/31/2011
 
Archive Date
12/30/2011
 
Point of Contact
Louis Mondello, Jr., 973-724-9498
 
E-Mail Address
ACC - Warren (ACC-WRN)(DTA)
(louis.mondello@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Network Integrated Exercise (NIE) Sources Sought This is a solicitation for additional candidates for the 12.2 March/April NIE. Candidates that responded to the 27 May 2011 Industry Sources Sought or 4 August 11 Government Tech Call Memo do not need to respond again unless new or updated information can be provided to meet the gaps described in this solicitation. Key words: NIE, Agile Process 1.DESCRIPTION 1.1The US Army Directorate for Systems of Systems Integration (hereinafter referred to as SOSI) is seeking interested sources with mature solutions to enhance existing network systems capabilities to participate in a Network Integration Exercise (NIE) event scheduled to occur in April/May 2012 (referred to as NIE 12.2) at Ft. Bliss, TX and the adjacent White Sands Missile Range (WSMR). The purpose of this notice is to identify emerging capabilities to be evaluated against a set of entrance criteria for an opportunity to participate in an NIE. This Sources Sought seeks solutions with a narrow focus on Specific Identified Gaps in the current and evolving networked equipment solution set. Functional requirements for these gaps are listed in Paragraph 2. These gaps are: 1.1.1A Multichannel Radio 1.1.2A Low-Cost-Low-SWaP Tactical Cross Domain Solution 1.1.3A Small Form Factor, Modular Transit Case Based Company Command Post 1.1.4Improved Operational Energy 1.1.5A Tactical Router 1.2The NIE is an Army hosted six week event to be conducted twice a year. It will employ the full brigade strength of a Brigade Combat Team (BCT) at Fort Bliss, TX. Its primary goal is to conduct parallel system tests of Army programs, with a secondary goal of evaluating capabilities of the current, theater provided and emerging networks. The exercise will also assess developmental networked and non-networked capabilities. The NIE events will include tactical exercises using current force equipment and emerging networked systems. 1.3This is a Sources Sought announcement. This does not constitute a Request for Quote (RFQ), Request for Proposal (RFP), an Invitation for Bid (IFB) or as an obligation or commitment on the part of the Government to acquire any product or service. There is no basis for claims against the government as a result of information submitted or demonstrations provided in response to this Sources Sought announcement. The government does not intend to award a contract on the basis of this announcement or otherwise pay for any information or demonstrations provided by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. 1.4Sources must understand the entire financial burden of participating in this process, to include: submitting a White Paper, conducting a Candidate Solution Demonstration at a government facility, submitting solution candidates for laboratory testing, participating in pre-NIE integration activities, training soldiers to operate the candidate solution, and participating in and supporting the candidate solution in the NIE event, will be the sole financial responsibility of the source. 1.5The government will provide assessment services for the source's candidate solution, a demonstration venue for the Candidate Solution Demonstration, laboratory testing venue and services, and access to the NIE site and facilities. The Government may provide integration support to integrate candidate solutions into military platforms and assist in network integration where applicable. 1.6Eligible Respondents: Respondents that are not able to provide a solution to one of the Specific Identified Gaps with a solution that is TRL-6 or better and be able to participate throughout the entire NIE process should not submit a White Paper. Potential respondents are encouraged to review this entire document thoroughly and carefully and consider their ability and willingness to fully participate in the process up to and including the NIE prior to committing to submit a White Paper. 2.REQUIREMENTS 2.1The Army is currently seeking ONLY solutions that address the Specific Identified Gaps indicated below, that are at the Technology Readiness Level (TRL) 6 or greater and that have been tested in a relevant environment (see Appendix E for TRL criteria). Table 2.1 Specific Identified Gaps 1.Multichannel Radio: a.Hosts SRW and WNW waveforms b.Interoperates with SRW and WNW running on the JTRS Ground Mobile Radio (GMR) c.Interoperates with SRW running on the HMS Man Pack Radio and the Rifleman Radio d.Ability to perform voice and data crossbanding e.Be type I certified and document that certification is complete f.Perform routing between waveforms and provide external routes between upper and lower TIs g.Desired: Can be managed by SRW Network Management and JTRS Wideband Network Manager or JTRS Enterprise Network Manager h.Must be able to integrate on the following vehicle platforms: MATV, MAXXPRO, HMMWV, Bradley, Stryker and Abrams i.Supports RIPv2 (RFC2453) and OSPF (RFC (2328) j.Supports IPV6 (RFC 2460) k.Supports RFC 4607 (source-specific multicast), RFC 2365 (admin scoped Multicast), RFC 1812 (PIM), RFC 2362 and 4601 (for PIM SM), RFC 4610 for Anycast RP using PIM, RFC 3972 (PIM DM) l.Supports real time configuration and troubleshooting via a Command line interface. m.Support Access Control Lists n.DESIRED: Supports OSPFv3 (RFC 5340) 2.Low-Cost-Low-SWaP Tactical Cross Domain Solution between SIPR and NIPR at the tactical edge providing the exchange of the data elements listed below. Candidate solutions must have been previously certified or have recently completed CT&E for capabilities similar to those described below: a.High to low - OPORDs (DESIRED), FRAGOs (DESIRED), WARNOs (DESIRED), Call for Fire, and Call for Medic b.High to low - Red SA c.High to low - Blue SA (PLI) d.High to low - JVMF message sets e.DESIRED: High to low - Still imagery f.DESIRED: High to low - SIPR web services g.Low to high - Blue SA (PLI) h.Low to high - Red SA i.Low to high - SITREP, Call for Fire, Call for Medic j.Low to high - Still imagery k.Low to high - JVMF message sets l. 3.Small Form Factor, Modular Transit Case Based Company Command Post a.Compact SIPR/NIPR / Coalition with no less than 8 users per enclave to be compatible with the existing WIN-T Inc 1 architecture b.Beyond Line of Site (BLOS) c.Tactical, transportable on one tactical wheeled vehicle d.30 minutes or less set-up time e.DESIRED: communications at the quick halt f.See APPENDIX G: Company Command Post Directed Requirement 4.Improved Operational Energy. Mature solutions that enable the Army to: a.Provide for operator consumption awareness and energy discipline b.Efficient management, distribution and storage of energy sources c.Reduce the energy source load soldiers must carry per mission d.Improved power duration and flexibility for single sources to feed multiple uses e.Improved energy interoperability with coalition partners and non-government organizations f.Reduced dependence on petroleum-based fuels and exploit alternative fuel/energy technologies 5.Tactical Router: The Army's Bridge Network for CS13-14 will consist of ANW2 and SRW networks. A ruggedized tactical router is required to provide a gateway between these two networks. a.Small size, low weight and low power consumption b.Support Ethernet connection(s) for each network interface c.Support Routing Information Protocol (RIP) and Open Shortest Path First (OSPF) routing protocols d.Support Simple Network Management Protocol (SNMP) e.Must operate from military vehicle power sources of 24-28Volt DC; e.g. MIL-STD-1275 (external DC-DC power supplied is ok) f.Ruggedized to meet severe military tactical environments (MIL-STD-810F shock, vibration, temperature (Operating temperature range: -25 deg F to +140 deg F)) g.Must have reduced RF emanations IAW MIL-STD-461E h.Ruggedized connectors consistent with currently fielded system in tactical vehicles i.DESIRED: additional RJ-45 Ethernet connector supporting a shielded cable (which could be provided by an associated tactical switch) j.DESIRED: Management Information Base loading tool k.DESIRED: Point to Point Protocol interface l.DESIRED: multiple LAN ports assignable to each network 2.2 SUPPORTING APPENDICES: APPENDIX A: WHITE PAPER FORMAT AND CONTENT APPENDIX B: TRANSPORT LAYER DATA SUBMISSION REQUIREMENTS APPENDIX B.1: DoDI 4630 WAVEFORM APPLICATION FORM APPENDIX B.2: RADIO EVALUATION AND ANALYSIS (REAL) CONSOLIDATED TEST PLAN APPENDIX C: NIE CANDIDATE QUESTIONNAIRE FOR INFORMATION ASSURANCE APPENDIX D: NETWORK INTEGRATION EXERCISE RESPONSIBILITIES APPENDIX E: TRL-6 REQUIREMENTS APPENDIX F: PRESENTATION FORMAT APPENDIX G: COMPANY COMMAND POST DIRECTED REQUIREMENT APPENDIX H: SAMPLE TRAINING PLAN TO BE PROVIDED IN A FUTURE NOTICE. ESTIMATED POSTING DATE FRIDAY 14 OCTOBER 2011 3.ASSESSMENT PROCESS: 3.1 SOSI intends to use a three-step process to review sources that may be appropriate to include in the NIE. 3.1.1Step 1, the Government will solicit White Papers as outlined in APPENDIX B and evaluate solution described in the White Papers. 3.1.2Step 2, sources assessed in Step 1 may be invited by the Government to provide an oral presentation at Aberdeen Proving Grounds (APG) to brief from the briefing product prepared in APPENDIX F and may additionally be invited to submit the candidate solution hardware or software for laboratory testing. Please note that, if invited to APG for an oral presentation, you must also deliver a training product, see APPENDIX H for sample, for your system at this time. 3.1.3Step 3, following the presentation and any laboratory testing, sources may be invited to participate with their product solution in the NIE. See APPENDIX D for details and responsibilities of the source for participation in the NIE. 3.2 Following step 1 and 2, any source not invited to proceed to the next step will be provided with a formal private assessment of the perceived merits and findings of the sources solution based on the information provided. The assessment will include the rationale for the Government decision. Sources proceeding to step 3 will receive a private assessment of the performance of the candidate solution in the NIE based on information collected during the exercise of the candidate solution at the NIE. 3.3White Paper: Complete a White Paper using the format in APPENDIX A. Sources must submit a separate white paper for each candidate solution. White Paper responses SHALL BE submitted to the E-mail address identified in this notice. 3.3.1 A review of White Paper responses will be conducted by a Government Candidate Selection Committee. If, after the White Paper review, the Army is interested in more information on your solution, you will be notified by formal correspondence of the Army's interest in a Candidate Solution Demonstration. If the government is not interested in additional information at this time you will be notified by formal correspondence. 3.3.2 Sources planning to submit a Transport Layer solution for any of the Specific identified Gaps should refer to APPENDX A White Paper Outline, APPENDIX B Data Submission Requirements, APPENDIX B.1 DoDI 4630 Waveform Application Form, and APPENDIX B.2 Radio Evaluation and Analysis Lab (REAL) Consolidated Test Plan. 3.3.3Sources planning to submit a networked solution must complete Appendix C: NIE CANDIDATE QUESTIONNAIRE FOR INFORMATION ASSURANCE. (Note: all solutions (except some Improved Operational Energy candidates) addressing the Specific Identified Gaps are networked solutions.) 3.4 Candidate Solution Presentations 3.4.1If the source is invited, the government will schedule the source to provide an oral presentation of the Candidate Solution using the format found in APPENDIX D at Aberdeen Proving Grounds, Maryland. Candidates are encouraged to provide product samples of the candidate hardware at that oral presentation. 3.4.2The government will arrange with the source for an appropriate date to provide the demonstration that fits within the window of time indicated in Table 3.3 3.4.3Sources should design presentation to not exceed one (1) hour in duration, excluding set-up, preparation and tear down time if hardware is presented. 3.4.4A team of government reviewers will observe each candidate solution demonstration. 3.5 Laboratory Assessment: 3.5.1Sources may be invited to submit their candidate solutions to laboratory assessment at Aberdeen Proving Grounds to assess their Technical Merit, Burdens (Cost, support, (Size, Weight, Power and Cooling (SWAP-C)), Operator), Maturity, and Integration Potential. 3.5.2All Candidate Solution Demonstration observations and laboratory assessment results will be briefed to the Government leadership. Solutions with perceived high merit may be referred to an upcoming NIE event. 4. WHITE PAPER ASSESSMENT 4.1 Candidate Solution White Papers will be evaluated by a Candidate Selection Committee. 4.2 The Candidate Selection Committee will use the following criteria, in descending order of importance, when conducting White Paper evaluations: a.Candidate Solution addresses one or more of the Specific Identified Gaps in Paragraph 2 of this Sources Sought. b.Are needed certifications complete? c.Is the Candidate Solution compatible with the existing and emerging Brigade Combat Team network architecture d.Functional Maturity: Has the potential for successful performance of intended functions in an actual tactical operational environment been demonstrated? e.Technical Merit: Does the concept show technical innovation or substantial performance improvement? f.Burdens: What are the cost, support requirements, Size, Weight, and Power-Cooling (SWAP-C), spectrum use, operator needs? Are there reductions in burdens compared to current similar approaches? g.Operational Merit: Does the proposed solution provide significant enhancement in operational capability compared to existing fielded systems? h.Maturity: What is the availability of mature production representative prototypes and available quantities to participate in the NIE event? i.Field Support: What is the ability of the source to provide technical field support to and during the NIE event? j.Interface Potential: What is the ability to interface to commercial/ military systems needed to exploit the candidate solution capabilities? k.Sources Capabilities: What are the source's capabilities, experience, facilities, techniques or unique combinations of these which are integral factors for achieving the intended objectives? 4.3 White Paper Review Result: Once the source's White Paper has been evaluated, it will be: a) selected for further examination through a Candidate Solution Demonstration or Laboratory Assessment as a prelude to possible inclusion in the NIE event, b) recommended for direct participation in the NIE event, c) recommended to reapply for a future NIE event Cycle, or d) determined that the Candidate Solution does not meet the desired need. The Source will receive a private assessment of the perceived merits and findings, or shortfalls, of their Candidate Solution. Sources will be notified by formal correspondence. 5. CANDIDATE SOLUTION PRESENTATION AND LABORATORY ASSESSMENT 5.1 Candidate Solution Presentation Assessment: A Government Candidate Selection Committee will use the same criteria as was used in the White Paper Assessment when conducting Solution Presentation Assessments: 5.2 Candidate Solution Laboratory Assessment: The Candidate Selection Committee will use the following selection criteria, in descending order of importance, when conducting Laboratory Assessment Evaluations: a. Integration Potential: What specific changes in the candidate or existing equipment are needed to achieve integration? Do certifications need to be completed? b. Technical Merit: Does the candidate exhibit technical performance needed to meet proposed operational capability? c. Burdens: (Potential Cost, Support, SWAP-C, Operator): Measure SWAP-C, Operator Burden. Lower cost, easier support or maintenance, reduced SAWP, and Operator ease-of-use are more favorable. d. Maturity: Is the candidate configuration mature enough for an operational evaluation? 5.4 Solution Presentation and Laboratory Assessment Result: Once the source's Solution presentation has been evaluated and laboratory assessment conducted, it will either, be selected to participate in the upcoming NIE 12.2 event, recommended to reapply for a future NIE event Cycle, or determined that the Candidate Solution does not satisfy the desired need. Sources will receive a private assessment of the perceived merits and findings, or shortfalls, of their submitted Candidate Solution. Sources will be notified by formal correspondence. 6. NIE PARTICIPATION 6.1 Upon completion of a favorable White Paper review, Solution Presentation and Laboratory Assessment, a source may be invited by the Government to participate in an upcoming NIE event. 7. SUMMARY 7.1 This Sources Sought is for information and planning purposes only, and does not constitute a Request for Quote (RFQ), Request for Proposal (RFP), or Invitation for Bid (IFB). This Sources Sought is not to be construed as a commitment by the U. S. Government. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this Sources Sought. All information is to be submitted at no cost or obligation to the Government. Questions about the areas of interest are encouraged. However, TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept questions via email ONLY to the email address listed below. The cut-off date for questions is fourteen (14) days after issuance of this notice. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought. Interested parties are encouraged to respond to this notice and should clearly indicate the specific areas they are interested in. Responses should indicate business size and any socio-economic considerations under NAICS Codes associated with the areas of interest described above. Information shall be submitted in electronic format (Only e-mail White Papers, Microsoft Office 2000 compatible format), no DVDs/CDs, or other hard copy allowed to: EMAIL ADDRESS - Pica_PEO_I_Technology_Assessments@us.army.mil. Responses are due NLT 1300 (1:00 PM) Eastern Time, October 31 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee53b980cb0663c320ffe7f0360dd943)
 
Place of Performance
Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN02605008-W 20111013/111011233844-ee53b980cb0663c320ffe7f0360dd943 (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.