Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2013 FBO #4065
SOLICITATION NOTICE

58 -- Request for Information (RFI) Network Tactical Common Data Link (NTCDL)

Notice Date
1/8/2013
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
N00039-14-R-0001
 
Response Due
2/28/2013
 
Archive Date
3/30/2013
 
Point of Contact
Point of Contact - Alexander Holtet, Contract Specialist, 619-221-7205; Heidi L Radaford, Contracting Officer, 619-524-7386
 
E-Mail Address
Contract Specialist
(alexander.holtet@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
UPDATE 08 January 2013 The Space and Naval Warfare Systems Command (SPAWAR) in support of the Program Management Warfare / Airborne (PMW/A) 170 is seeking comments from industry on the draft System Performance Specification (SPS) and appendices in preparation for the Network Tactical Common Data Link (NTCDL)acquisition. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. 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 will be solely at the interested party's expense. 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.spawar.navy.mil. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Interested parties are requested to respond to this RFI with comments on the subjects identified in the attached RFI announcement (below) entitled, "RFI PMW 170 NTCDL 8 January 2013.pdf." An Excel spreadsheet comment form entitled, " NTCDL_RFI_Comment_Form.xls" is also provided (below) for the purposes of collecting comments and suggestions on the SPS and Annex documents. The System Specification and Annexes have been provided for industry review on a separate secured site limited to DoD Contractors. To request access to the secured website, each company must sign and return the Non-Disclosure Agreement (NDA) posted below entitled, "Bidder's Repository NDA" and provide the e-mail address, phone number for each requested user, and provide Joint Certification Program (JCP) active certification number to Alex Holtet at alexander.holtet@navy.mil. Each company may request access for up to two representatives. Each user is required to be a U.S. DoD contractor and have a valid DoD or ECA issued PKI certificate to gain access to the website. If an interested company is a U.S. DoD contractor and does not have a valid DoD or ECA-issued PKI certificate, contact alexander.holtet@navy.mil for further instruction. If an interested company is a U.S. DoD contractor and does not have a JCP certification number, please go to website http://www.dlis.dla.mil/jcp/documents.aspx and submit a complete DD Form 2345 to Joint Certification Office (JCO). Once DoD Contractors have been approved, the Government will provide instructions on how to access the secured site. It should be noted that additional documentation may be posted to the site over the next month. Comments in the Microsoft Excel 2003 compatible spreadsheet are due no later than 28 February 2013, 14:00 PST. Responses shall be submitted via e-mail only to alexander.holtet@navy.mil and heidi.radaford@navy.mil. Questions regarding this announcement shall be submitted in writing by e-mail to the Contract Specialist, at alexander.holtet@navy.mil. 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 will be answered. To access the SPAWAR E-Commerce Central website, go to https://e-commerce.spawar.navy.mil. Interested parties are invited to subscribe to the SPAWAR website to ensure they receive any important information updates connected with this RFI. To subscribe, click on https://e-commerce.spawar.navy.mil/. Four CDL specification documents cited in the SPS will NOT be made available through the aforementioned secure website. These four CDL specifications are: 60038368 Rev [A] - Performance Specification for the Bandwidth Efficient- Common Data Link (BE-CDL) Waveform, Specification Number 60038368 Rev. [A], dated May 2011. 7681990 Rev [F-1] - Waveform Specification for the Standard Common Data Link (Std-CDL), Specification Number 7681990, Revision F, Change 1, dated February 2005. 7681990 Rev [H] - Performance Specification for the Standard Common Data Link (Std-CDL) Waveform, Specification Number 7681990 Rev. [H], dated November 2009. CAP 60038365 Rev-1 - Capstone Specification for the Network-Centric Common Data Link (Capstone), November 2007 The process for obtaining the CDL specifications identified above, is as follows: 1. Complete the attached request form (below) entitled "CDL Spec Request.pdf" a. Part 1 lists the CDL specifications that may be requested b. Part 2 is the requestor's contact information c. Part 3 is the CDL WIPT Service representative contact information For this effort: Government Sponsor: Duncan Peterson Phone: 619 524-3216 E-mail address: duncan.peterson@navy.mil Government Sponsor Signature: leave blank d. Part 4 is the requestor's SIPR address (if applicable) e. Part 5 is for CDL PMO use 2. Forward the completed request to CDL Program Management Office (PMO, Holly Rhodes, AFLCMC.HNAB.CDL@Hanscom.af.mil) 3. The CDL PMO will forward the request to CDL WIPT Service representative (for USN, representative is Duncan Peterson) 4. CDL WIPT Service representative determines requestor's need to know 4. CDL WIPT Service representative returns approved/denied request to CDL PMO 5. CDL PMO notifies requestor of approval/denial 6. Requestor coordinates delivery with the CDL PMO (address for shipment, or SIPR access) Additional Comments: The process is straightforward, and typically takes less than 5 working days depending upon the availability of the CDL PMO, CDL WIPT Service representative, and requestor for coordination. Multiple accesses for CDL Specification: When the CDL Specifications are requested, there is to be a unique request for each individual. For each entity operating under the same Cage Code and if multiple individuals require access to the information, then multiple requests to be submitted for up to five individuals. If the number of individuals is greater than 5, and all individuals are operating under the same Cage Code, then one request with the primary individual identified in the Request Form can be submitted, with an attached list of all other individuals. The list should contain the following information for each individual: First Name MI Last Name Email Title Address City Zip Code Government Sponsor Company Program
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039-14-R-0001/listing.html)
 
Record
SN02960680-W 20130110/130108233911-0fec2b8f52cba41fbc93400b36255449 (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.