Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
MODIFICATION

D -- Wide Area Network Interface Units (WANIU) Request for Information (RFI)

Notice Date
8/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
13-83
 
Archive Date
8/31/2013
 
Point of Contact
Gion O. Lalican, Phone: 3106532233, Dr. Bharathi Devi, Phone: 3106531597
 
E-Mail Address
gion.lalican.4@us.af.mil, bharathi.devi.1@us.af.mil
(gion.lalican.4@us.af.mil, bharathi.devi.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
I. DESCRIPTION 1.0 Purpose The Air Force Space and Missile Center, in support of the Range and Network Systems Division (SMC/RN), is seeking contractor capability statements and potential solutions to make a transition in the Air Force Satellite Control Network (AFSCN) ground communications architecture from its current serial-based configuration to an Internet Protocol (IP) network over the next two to six years using open standards and Commercial-Off-the-Shelf (COTS) products. The AFSCN is a worldwide low data rate network of Remote Tracking Stations (RTS) responsible for connecting Satellite Operation Centers to satellites to support launch, early orbit, on-orbit and end-of-life Telemetry, Tracking and Commanding (TT&C) state-of-health operations (See Attachment #1). The current AFSCN ground communication system relies on proprietary Wide Area Network Interface Units (WANIU) to program multiplex and de-multiplex serial and IP data, respectively. These WANIUs were developed in the 1990's and are approaching their end-of-life due to parts obsolescence and increasing maintenance costs. A replacement to the WANIUS will be necessary to maintain the operational readiness of the AFSCN and support the AFSCN transition to an IP-based network. The North American Industry Classification System (NAICS) code for this effort is 517410 - Satellite Telecommunications. The Applicable Classification Code is "D- Automatic Data Processing and Telecommunication Services". The small business size standard is $30 Million 2.0 Background This SMC/RN upgrade/modernization effort seeks to substantially reduce AFSCN's operations and maintenance (O&M) costs by replacing obsolete serial-based WANIUs and related serial communications interfaces with an IP-based architecture. Respondents should contact the Project Officer to request copies of the referenced attachments. The WANIUs are proprietary communication devices which provide the WAN UDP/IP interfaces for data transport across the AFSCN and are responsible for connecting AFSCN network users (Satellite Operations Centers) and supporting organizations (Network Operations Centers) to the appropriate RTS in order to conduct Satellite Operations. The WANIUs support data types including telemetry, command and echo, control and status, timing, and analog voice. The WANIU also provides for multiplexing and de-multiplexing of support data through dedicated multiple input/output ports (See Attachment #2). The WANIUs support proprietary buffering, data processing and flow control to aggregate the serial data, packetize it, and send it at fixed intervals to meet latency requirements. The goal of this RFI is to identify the open-standards, COTS solutions, and contractor capabilities needed to transition the AFSCN ground communication architecture from its current serial-based interfaces to natively IP-capable interfaces. This would enable seamless integration of AFSCN with AFNet for services such as security monitoring and network defense. During this transition, the WANIUs and their serial interfaces will be retained for Serial SOCs Communication interfaces and the current Automatic Remote Tracking Stations (ARTS). The ARTS sites are currently being replaced by the Remote Tracking Station Block Change (RBC) modernization program, an IP-based capability. However, both ARTS and RBC programs currently use the serial side of the WANIUs as their communication interface. This is necessary in order match the existing serial communication protocol originating from the SOCs that access the RTSs (both ARTS and RBC) for Telemetry, Tracking and Commanding (TT&C) Operations). See Attachment #3 for current WANIU configuration and Attachment #5 for ARTS replacement with RBC schedule. 3.0 Qualifications Responders should be familiar with serial and IP networks and have successful experience in transitioning from proprietary serial networks to open source and COTS IP networks. 4.0 Information Requested Proposed network topology diagram detailing devices, interfaces and protocols for IP implementation along with serial topology elements to be supported through transition. Special consideration should be given to AFSCN Time Data Correlation and Time Critical Commanding constraints on the network. Request that your response address the following: 1. Explain corporate experience in transitioning communication architectures from serial to IP networks. 2. Identify and provide an open standards and COTS based architectural solution(s). Describe, map out, and explain your transition solution(s) for the WANIF based upon a transition from the current serial architecture to the mixed serial/IP-based architecture solution(s). Specifically, we are interesting in understanding how you would maintain the SOC WANIF and ARTS/RBC's WANIF serial interfaces until: (1) the ARTS and (2) SOC serial interfaces are replaced by IP, bearing in mind that the AFSCN's architecture will ultimately migrate to a solely IP-based network. While a box-for-box replacement of the WANIUs and associated equipment/interfaces is acceptable, modular replacement (temporary or permanent) of functionality will be considered. During the transition period, contractors should assume replacement of the WANIUs with WANIFs devices that have both serial-to-IP capabilities. 3. For each solution described above in question #2, request the following risk assessment: a. Reliability and service life estimates of the communication architecture devices; b. Rough order of magnitude cost for the solution; c. Cite potential O&M savings per solution set; d. Impact to AFSCN 24/7 operations; and e. Cite resultant IP architecture capability to incorporate latest IP technology. 4. Identify which requirements can be met with open standard and COTS solutions in the Wide Area Network (WAN) Resource Management System (WRMS) High Level Document (see Attachment #6). Cite reasons for deviations or problems meeting requirements (e.g., Technical, Complexity & Cost). 5. Identify which requirements can be met with open standards and COTS solutions in the WANIF Performance Specification (see Attachment #7). Cite reasons for deviations or problems meeting requirements (e.g., Technical, Complexity & Cost). 6. Identify which components of your COTS solutions given in question #4 and #5 above will be made available to the government for laboratory evaluation. II. SUBMISSION INSTRUCTIONS All responses should be accomplished on company letterhead and limited to 10 pages. Page size shall be 8.5 x 11 inches, single-spaced with text no smaller than 11-point font size, Times New Roman. Margins shall be one-inch on all sides. All responses are due by 16 August 2013, 12:00 PM PDT (PDT - Pacific Daylight Time). Provide the submission in only a soft copy (e-mail) to both: - Gion O. Lalican - Contract Specialist - gion.lalican.4@us.af.mil - Dr. Bharathi Devi - Project Officer - bharathi.devi.1@us.af.mil This RFI is unrestricted and encourages responses from all responsible contractors independent of size. Additionally, responses from small business and small disadvantaged business firms are highly encouraged. Firms responding shall indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Small businesses are encouraged to form teaming arrangements. Please identify if teaming would be contemplated to meet this requirement.. Responses are due no later than (NLT) 16 August 2013, 12:00 PM PDT. The Government-led team that will be reviewing responses will include Aerospace Corp. (FFRDC) and System Engineering & Technical Assistance (SETA) contractors assigned to AFSPC, SMC, 50th Space Wing, and AFSCN user satellite representatives. The members of the RFI review team will sign Government Non-Disclosure Agreements (NDA). If your RFI response requires that you have a NDA from any of the non-Government review team members contact Mr. Gion Lalican no later than 60 days after release of this RFI so that any agreements may be completed before responses are received. III. DECLARATION 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 Air Force 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 parties' expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Information submitted in response to this RFI will enhance the Government's ability to acquire quality systems in the future and, therefore, will be used for planning purposes only. All material provided in response to this RFI shall be unclassified, non-confidential, and non-proprietary to the maximum extent practicable. Interested sources providing confidential/proprietary information in response to this RFI shall separately and clearly identify and mark all confidential/proprietary information. The Government will take all necessary steps to protect/safeguard any confidential/proprietary information provided. The Government will not be responsible for any confidential/proprietary information not clearly marked. IV. QUESTIONS Any questions or technical inquiries should be submitted electronically via e-mail to both the Contract Specialist and Project Officer. *Attachments: 1. AFSCN System Diagram; 2. WANIU Diagrams; 3. ICD 508; 4. WANIU User Guide; 5. ARTS Hybrid Schedule; 6. WRMS High Level Specification; and 7. Performance Specification Item Specification for the Wide Area Network (WAN) Resource Management System (WRMS), 8 March 2013. *Respondents should contact the Project Officer to request copies of listed attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/13-83/listing.html)
 
Place of Performance
Address: Space & Missile Systems Center, Spacelift Range and Network Systems Division (SMC/RNK), 483 N. Aviation Blvd., El Segundo, California, 90245-2808, United States
Zip Code: 90245-2808
 
Record
SN03150061-W 20130817/130815235320-25b85c3efd2b19104d86328199e8e057 (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.