Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOURCES SOUGHT

99 -- Video Data Link Radios

Notice Date
7/10/2020 6:12:43 PM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA8629 AFLCMC WISK WRIGHT PATTERSON AFB OH 45433-7200 USA
 
ZIP Code
45433-7200
 
Solicitation Number
FA8629-20-R-5037
 
Response Due
7/14/2020 12:00:00 PM
 
Archive Date
07/29/2020
 
Point of Contact
Regina Robinson, Amanda Nelson
 
E-Mail Address
regina.robinson@us.af.mil, Amanda.Nelson.18@us.af.mil
(regina.robinson@us.af.mil, Amanda.Nelson.18@us.af.mil)
 
Description
PLEASE NOTE: **Revised Request for Information - 10 July 2020�AND Q&A added (See attached)** PLEASE NOTE: ** Submission deadline extended - 14�July�2020** PLEASE NOTE: ** Submission deadline extended - 22 June�2020** PLEASE NOTE: ** Submission deadline extended - 10 June�2020** PLEASE NOTE: ** Submission deadline extended - 29�May 2020** PLEASE NOTE: ** Submission deadline extended - 20�May 2020** Please Note: **13 May 2020 - Q&A added** Source Sought Synopsis/Request for Information (REVISED 10 JULY 2020) 1.�� �NOTICE This Sources Sought Synopsis (SSS)/Request for Information (RFI) is issued for informational purposes and market research only; it does not constitute a solicitation. The Government will not reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting. The information provided may be used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response as instructed later in this posting. 2.�� �BACKGROUND AND SCOPE The United States (US) Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance and Reconnaissance & Special Operations Forces (ISR & SOF) Directorate, Special Warfare (SW) Program Office (AFLCMC/WISN) is conducting market research to identify possible sources capable of providing tactical communications radios that can provide critical Command, Control and Communications, Computers and Intelligence (C4I) for United States Air Force (USAF) Special Warfare customers and Foreign Military Sales (FMS) partners. Prospective sources will provide existing and future production-sustainment capabilities for non-developmental (NDI) Video Data Link (VDL) systems that have transmit and/or receive capability either as a stand-alone radio, attached to a multi-channel radio in the form of a mission module (MM), or as selectable waveforms in a software defined multi-channel radio. The VDL capability utilize devices to provide encrypted and/or un-encrypted interoperable data exchanges between C4I, operational platforms and ground users for FVEYE, NATO, and all other international customers. These are man portable, mounted, and airborne devices and accessories as defined. The use of this capability provides Intelligence, Surveillance and Reconnaissance (ISR) essential to close air support, C3, target identification, and situational awareness. Interested parties can request a copy of waveform specifications if required. 3.�� �INSTRUCTIONS TO POTENTIAL RESPONDENTS Interested parties who desire to participate in this SSS/RFI are encouraged to submit responses that demonstrate they presently have the technology and qualifications to provide the system described above. Responses shall include the following information and address the topics below: a.�� �Respondent Data:� i.�� �Company/Institute Name ii.�� �Address iii.�� �Point of Contact (to include phone number and email address) iv.�� �CAGE Code v.�� �Web Page URL vi.�� �Pursuant to NAICS Code 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, (size standard 1250 employees) state whether the company is: vii.�� �Small Business�� ��� ��� ��� �(Yes / No) Self-Certified or Third Party Certified viii.�� �Women-Owned Small Business�� ��� �(Yes / No) Self-Certified or Third Party Certified ix.�� �Economically Disadvantaged Women- x.�� �Owned Small Business�� ��� � � � � � � �� �(Yes / No) Self-Certified or Third Party Certified xi.�� �HUBZone Certified�� ��� ��� �(Yes / No) Self-Certified or Third Party Certified xii.�� �Veteran Owned Small Business�� ��� �(Yes / No) Self-Certified or Third Party Certified xiii.�� �Service Disabled Veteran Owned Small Business � � � � � � ��� ��� ��� ��� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � (Yes / No) Self-Certified or Third Party� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Certified xiv.�� �8(a) Certified�� ��� ��� ��� �(Yes / No) Self-Certified or Third Party� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Certified xv.�� �SBA Certification Date: ____________ �� �SBA Graduation Date: ______________ State whether the company is domestically or foreign-owned (if foreign, indicate the country of ownership).� State whether the respondent is interested in being a prime or subcontractor for this requirement. b.�� �Describe the ability of the company�s product(s) to meet the performance requirements listed below. Unless otherwise noted, the requirements/specifications identified below are specific to existing handheld dismounted, mounted, and airborne VDL tactical radio solutions. The expectation is that any proposed solution will at a minimum, meet all requirements listed below. Describe expected delivery times after receipt of order. � 4.�� �GENERAL DISMOUNTED, MOUNTED, AND AIRBORNE RADIOS: a.�� �The dismounted VDL radio�s overall concept is to receive, transmit, and display secure and unsecure full motion video, annotated images, and data to Command and Control via a lightweight, ruggedized and reliable receiver/transceiver to the dismounted user. Dismounted VDL radios must have the ability to receive in L, S, Low-C, High-C, and Ku-bands, and transmission (where applicable) of DACAS on L band and legacy platforms which rely on these frequencies outside the United States. These radios will have either receive or transmit/receive digital and analog capability.� i.�� �Include US/FVEYE, NATO data rates and waveforms: Tactical Networking Waveform, BR-1.6, 3.2, and 6.4, 466ER, VNW, all modes and data rates per specification, Std-CDL Rev H-2 all non-spread data rates up to BR-21.42, BE-CDL Rev D Modes 1 � 6 and 9 � 11, BE-CDL Rev D Modes 101 � 104, all data rates up to 12.8 Mbps, BE-CDL Rev D Mode 201, all data rates up to 12.8 Mbps, All above waveforms coupled with Core Cryptographic Module (CCM), DVB-T (Rx Only) up to 21 Mbps coupled with B-crypt AES encryption (FBI specification), Net-T FS0 (Spoke), SUAS DDL coupled with AES-256 per specification. ii.�� �Include international waveforms (XBR-0.4, XBR-0.75, XBR-1.5, XBR-3.0, XBR-3.5, XBR-6.0, XBR-10.0) where applicable. iii.�� �Software programmable receiver for pre-mission configurations and automatic waveform search and acquisition. iv.�� �Optional displays for head mounted, PCs, and Android compatible displays with applicable software. v.�� �Optional antenna and accessories (Ku band, GPS, cables, etc.). vi.�� �Accept input power of 9 � 16 Volts DC (VDC). Requires rechargeable lithium-ion twist on/off battery, 6.8 Ah.� vii.�� �Power consumption: � a.�� �<8.2 Watts (Rx) b.�� �<72 Watts (Tx/Rx) viii.�� �Software Communications Architecture (SCA) compliant. DoD radio modernization programs are committed to the objective of interoperable, secure, affordable and modular tactical edge networking. To the maximum extent possible, the Government desires open systems architecture (SCA 4.1) solutions in accordance with DoDI 8330.01 and DoDI 5000.02. The guidance references for open systems standards are the following: 1.�� �Software Communications Architecture (SCA) version 4.1; available from the Joint Tactical Networking Center at: https://www.jtnc.mil/Resources-Catalog/Category/16990/?Page=3� 2.�� �Tactical Radio Application Program Interfaces (APIs) versions mandated in DISR 14-3.0 or later; available from the Defense Standardization Program at: �https://www.dsp.dla.mil/Specs-Standards/List-of-DISR-documents/ �(Common Access Card (CAC) or Public Key Infrastructure (PKI) certificate required to access). 3.�� �If currently not SCA 4.1 compliant, respondents must provide their plans to become SCA 4.1 compliant.� b.�� �The mounted VDL radio�s overall concept is to receive, transmit, and display secure and unsecure full motion video, annotated images, and data to and from C4I nodes via a lightweight, ruggedized and reliable transceiver. The system will be integrated into ground, maritime, low altitude unpressurized air vehicles, and Tactical Operation Centers and must have the ability to receive in L, S, Low-C, High-C, and Ku-bands, and transmission of DACAS on L band and legacy platforms such as Sniper and LITENING target pods, ROVER 6 variants, TacROVERp and e, TNR variants, and VORTEX which rely on these frequencies outside the United States. �� i.�� �Include US/FVEYE and NATO data rates and waveforms: Tactical Networking Waveform, BR-1.6, 3.2, and 6.4, 466ER, VNW, all modes and data rates per specification, Std-CDL Rev H-2 all non-spread data rates up to BR-21.42, BE-CDL Rev D Modes 1 � 6 and 9 � 11, BE-CDL Rev D Modes 101 � 104, all data rates up to 12.8 Mbps, BE-CDL Rev D Mode 201, all data rates up to 12.8 Mbps, All above waveforms coupled with Core Cryptographic Module (CCM), DVB-T (Rx Only) up to 21 Mbps coupled with B-crypt AES encryption (FBI specification), Net-T FS0 (Spoke), SUAS DDL coupled with AES-256 per specification and Net-T F50 (Hub-Spoke Selectable) ii.�� �Include international waveforms (XBR-0.4, XBR-0.75, XBR-1.5, XBR-3.0, XBR-3.5, XBR-6.0, XBR-10.0) where applicable. iii.�� �Software programmable receiver for pre-mission configurations and automatic waveform search and acquisition. iv.�� �Accept input power of 10 � 32 DC through AC/DC battery eliminator and be � � �� 5590/BA-2590 battery compatible. v.�� �Operate in cold temperature down to -40 degrees Celsius.� vi.�� �Optional antenna kits and accessories.� vii.�� �Optional Laptop PCs, tablets with applicable software. viii.�� �Software Communications Architecture (SCA) compliant. DoD radio modernization programs are committed to the objective of interoperable, secure, affordable and modular tactical edge networking. To the maximum extent possible, the Government desires open systems architecture (SCA 4.1) solutions in accordance with DoDI 8330.01 and DoDI 5000.02. The guidance references for open systems standards are the following: 1.�� �Software Communications Architecture (SCA) version 4.1; available from the Joint Tactical Networking Center at: https://www.jtnc.mil/Resources-Catalog/Category/16990/?Page=3 (public website). 2.�� �Tactical Radio Application Program Interfaces (APIs) versions mandated in DISR 14-3.0 or later; available from the Defense Standardization Program at: �https://www.dsp.dla.mil/Specs-Standards/List-of-DISR-documents/ � (Common Access Card (CAC) or Public Key Infrastructure (PKI) certificate required to access). 3.�� �If currently not SCA 4.1 compliant, respondents must provide their plans to become SCA 4.1 compliant. c.�� �The airborne mounted VDL radio�s overall concept is to receive, transmit, and display secure and unsecure full motion video, annotated images, and data to and from C4I nodes via a lightweight, ruggedized and reliable transceiver. The system will be integrated into pressurized & unpressurized air vehicles operating at various altitude ranges, which must have the ability to receive in L, S, Low-C, High-C, and Ku-bands, and transmission of DACAS on L band and legacy platforms, which rely on these frequencies outside the United States. �The radio must be able to conduct dual band transmissions. Must have the ability to support waveforms: Std-CDL Rev H2 (all non-spread data rates up to BR-21.42), VNW (all modes and data rates per specification), Tactical Networking Waveform, BR-1.6, 3.2, and 6.4, BE-CDL-D (modes 1-6, 9-11, 101-104, 201, all data rates up to 12.8 Mbps and CAPSTONE Rev B). All above waveforms coupled with Core Cryptographic Module (CCM), 466ER, SUAS DDL coupled with AES-256 per specification, FM Analog, DVBT (Tx and Rx) up to 21 Mbps coupled with B-crypt AES encryption (FBI specification), Net-T FS0 Hub (Spoke). Receive Frequency Bands: L1, L2, S1, S2, C1, C2, Ku1, Ku2 and Transmit Frequency Bands: L1, L2, S1, S2 and low UHF. Video Processing: H.264 (SD) H.264 (HD), MPEG-4, MPEG-2, MJPEG, H.261 (Decode Only). Video Interfaces: RS-170A, HD-SDI. RFE Interface/Controls: Transmit (SMA x2), Receive (SMA x2), RS-232 (User x2), RS-422/485 (Ant/RFE x 2), RS-232 GPS. With the ancillaries: C-Band, C-Band SSPA, Ramona SSPA and KuDA. i.�� �Airborne mounted VDL radio is a USG requirement only. FMS requirements for airborne VDL radio are being addressed by a different office. ii.�� �Software programmable receiver for pre-mission configurations and automatic waveform search and acquisition iii.�� �Accept input power of 9 - 32vDC approximately 45 watts. iv.�� �Operate in cold temperature down to -40 degrees Celsius� v.�� �Optional Laptop PCs, tablets with applicable software vi.�� �Software Communications Architecture (SCA) compliant. DoD radio modernization programs are committed to the objective of interoperable, secure, affordable and modular tactical edge networking. �To the maximum extent possible, the Government desires open systems architecture (SCA 4.1) solutions in accordance with DoDI 8330.01 and DoDI 5000.02. �The guidance references for open systems standards are the following: 1.�� �Software Communications Architecture (SCA) version 4.1; available from the Joint Tactical Networking Center at: https://www.jtnc.mil/Resources-Catalog/Category/16990/?Page=3 2.�� �Tactical Radio Application Program Interfaces (APIs) versions mandated in DISR 14-3.0 or later; available from the Defense Standardization Program at: �https://www.dsp.dla.mil/Specs-Standards/List-of-DISR-documents/ � (Common Access Card (CAC) or Public Key Infrastructure (PKI) certificate required to access) 3.�� �If currently not SCA 4.1 compliant, respondents must provide their plans to become SCA 4.1 compliant. 5.�� �OTHER GENERAL REQUIREMENTS:� a.�� �Security -�� �National Security Administration (NSA) Type-1 certified and US crypto modernization compliant (TSVCIS) up to Top Secret (TS) and / or Advanced Encryption Standard (AES) 128 � 256 compliant or up to 256 bit encryption applicable to US and international export variant.� b.�� �Physical Size, weight and power (SWaP) shall be minimized to the greatest extent possible without compromising performance.� c.�� �Environmental i.�� �Radios shall operate without degradation at ambient temperature from -40� F to 145�F (T); to include cold startups and shutdowns after prolonged exposure (ex. storage) to a temperature range from -40� F to 185� F, exclusive of the battery operation. ii.�� �Radios shall operate immediately without degradation after experiencing shock and vibration environment encountered in the transmit case, during vehicular transport, rail transport, fixed-wing, aircraft loading, and maritime transport per MIL-STD-810G, Chg 1, Method 514.7, Procedure I (T). iii.�� �Radios shall operate without degradation, after submersion, to a depth of 1m for 30 minutes in accordance with MIL-STD-810G, Chg 1, Method 512.6, Procedure I (T). iv.�� �Radios shall operate without degradation during and after electromagnetic interference, with a maximum of 20W isotropic from military radios operating outside the selected frequency band of operation within 12 inches (T).� v.�� �Radios shall operate without degradation during and after exposure to fine dust particles and blowing sand, as specified in MIL-STD- 810G, Chg 1, Test Method 510.6, Procedures I and II (T). d.�� �Describe how the proposed solution will be maintained and sustained. Describe available sustainment solutions in addition to description of warranties offered.� e.�� �Provide a rough cost estimate (i.e. rough order of magnitude (ROM)) based on an optimum or varied pricing quantities for all products including VDL hardware, software, and accessories. This is for Government budget planning purposes, and will not be considered a bid or binding in any manner. � f.�� �Indicate whether the company is currently performing this type of work/whether the capability can be obtained under an existing Government contract. �Provide the contract number(s) and Government points of contact accordingly. � g.�� �Describe any possible product improvements or new items that could be made, or are planned for future incorporation into product line within the next five years to include all information, specs for these improvements or new products. � h.�� �Please provide specific details and rationale as to how compliance with FAR 52.219-14, Limitations on Subcontracting, would be achieved in the event the Government sets this requirement aside for small business. �Include specific details regarding teaming arrangements, etc. �If subcontracts are to be used, provide the anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. �If this effort is not set-aside for small business, small business utilization will be considered. �Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage. 6.�� �RESPONSES, COMMUNICATIONS, AND ADDITIONAL CONSIDERATIONS: a.�� �The Government may contact respondents to obtain additional information or clarification in order to fully understand a company's response. �This may include discussions, site visits, demonstrations, etc. to further the Government's understanding of a proposed solution, as well as a company's understanding of the Government's requirements. b.�� �Responses shall not exceed 10 pages (including cover page). �Include technical and descriptive text and photographs/illustrations to provide sufficient detail. �The submitted documentation becomes the property of the United States Government and will not be returned. � c.�� �Respondents shall clearly mark proprietary data with the appropriate markings. �Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. �Any material that is not marked will be considered publicly-releasable. � d.�� �When submitting a response, please be aware that the Air Force workforce is supplemented by contracted support personnel. �Any proprietary data submitted may be handled by contract support services personnel who have signed the same Non-Disclosure Agreements (NDAs). e.�� �Broad industry participation for this RFI is encouraged. �U.S. and non-U.S. firms are permitted to respond. � f.�� �Please note that prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract; the NAICS code for this requirement, if applicable to the company�s capabilities, should be included in the company�s NAICS code listing in SAM. �To learn more about this SAM requirement and how to register, please visit the SAM website at: https://beta.sam.gov. g.�� �Responses shall include in the subject line �FA8629-20-R-5037 Video Data Link � YOUR COMPANY NAME.� h.�� �All Responses shall be submitted electronically via email as specified in the announcement located at https://beta.sam.gov/ to: Amanda Nelson� AFLCMC/WISK Contract Specialist amanda.nelson.18@us.af.mil� � And Regina Robinson� AFLCMC/WISK Contracting Officer regina.robinson@us.af.mil� i.�� �This notice may be updated as additional information becomes available. �Please check Beta.Sam site located at https://beta.sam.gov/ for updates to this announcement. �For more information on this RFI, please contact the Contracting points of contact identified above. �E-mail communication is preferred. � ***************************************************************************************************************** The BELOW HAS BEEN REVISED, SEE SSS/RFI, Dated 10 Jul 2020 This Sources Sought Synopsis (SSS)/Request for Information (RFI) is issued for informational purposes and market research only; it does not constitute a solicitation. The Government will not reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting. The information provided may be used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response as instructed later in this posting. BACKGROUND AND SCOPE The United States (US) Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance and Reconnaissance & Special Operations Forces (ISR & SOF) Directorate, Special Warfare (SW) Program Office (AFLCMC/WISN) is conducting market research to identify possible sources capable of providing tactical communications radios that can provide critical Command, Control and Communications, Computers and Intelligence (C4I) for United States Air Force (USAF) Special Warfare customers and Foreign Military Sales (FMS) partners. Prospective sources will provide existing and future production-sustainment capabilities for non-developmental (NDI) Video Data Link (VDL) systems that have transmit and/or receive capability either as a stand-alone radio, attached to a multi-channel radio in the form of a mission module (MM), or as selectable waveforms in a software defined multi-channel radio. The VDL capability utilize devices to provide encrypted and/or un-encrypted interoperable data exchanges between C4I, operational platforms and ground users for FVEYE, NATO, and all other international customers. These are man portable, mounted, and airborne devices and accessories as defined. The use of this capability provides Intelligence, Surveillance and Reconnaissance (ISR) essential to close air support, C3, target identification, and situational awareness. INSTRUCTIONS TO POTENTIAL RESPONDENTS Interested parties who desire to participate in this SSS/RFI are encouraged to submit responses that demonstrate they presently have the technology and qualifications to provide the system described above. �Responses shall include the following information and address the topics below: a. Respondent Data: i. Company/Institute Name ii. Address iii. Point of Contact (to include phone number and email address) iv. CAGE Code v. Web Page URL vi. Pursuant to NAICS Code 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, (size standard 1250 employees) state whether the company is: vii. Small Business� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �(Yes / No) Self-Certified or Third Party Certified viii. Women-Owned Small Business� � � � � � � � � � � � � �� � � � (Yes / No) Self-Certified or Third Party Certified ix. Economically Disadvantaged Women� � � � � � � � � �� � � �(Yes / No) Self-Certified or Third Party Certified x. Owned Small Business� � � � � � � � � � � � � � � � � � � � � � � � � � � � �(Yes / No) Self-Certified or Third Party Certified xi. HUBZone Certified� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �(Yes / No) Self-Certified or Third Party Certified xii. Veteran Owned Small Business� � � � � � � � � � � � � � � � � � � �(Yes / No) Self-Certified or Third Party Certified xiii. Service Disabled Veteran Owned Small Business���(Yes / No) Self-Certified or Third Party Certified xiv. 8(a) Certified� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �(Yes / No) Self-Certified or Third Party� Certified xv.�SBA Certification Date: ____________ �� SBA Graduation Date: ______________ State whether the company is domestically or foreign-owned (if foreign, indicate the country of ownership). State whether the respondent is interested in being a prime or subcontractor for this requirement. b.�Describe the ability of the company�s product(s) to meet the performance requirements listed below. Unless otherwise noted, the requirements/specifications identified below are specific to existing handheld dismounted, mounted, and airborne VDL tactical radio solutions. The expectation is that any proposed solution will at a minimum, meet all requirements listed below. Describe expected delivery times after receipt of order.� GENERAL DISMOUNTED, MOUNTED, AND AIRBORNE RADIOS: a.�The dismounted VDL radio�s overall concept is to receive, transmit, and display secure and unsecure full motion video, annotated images, and data to Command and Control via a lightweight, ruggedized and reliable receiver/transceiver to the dismounted user. Dismounted VDL radios must have the ability to receive in L, S, Low-C, High-C, and Ku-bands, and transmission (where applicable) of DACAS on L or �band and legacy platforms which rely on these frequencies outside the United States. These radios will have either receive or transmit/receive digital and analog capability. i. Include US/FVEYE, NATO data rates and waveforms. ii. Include international waveforms where applicable. iii. Software programmable receiver for pre-mission configurations and automatic waveform search and acquisition. iv. Optional displays for head mounted, PCs, and Android compatible displays with applicable software. v. Optional antenna and accessories (Ku band, GPS, cables, etc.). vi. Provide power input from 9 � 16 Volts DC (VDC). Requires rechargeable lithium-ion twist on/off battery, 6.8 Ah. vii. Provide power output in the following power ranges: a. < 8.2 Watts (Rx) b. <72 Watts (Tx/Rx) viii. Software Communications Architecture (SCA) compliant. DoD radio modernization programs are committed to the objective of interoperable, secure, affordable and modular tactical edge networking.� To the maximum extent possible, the Government desires open systems architecture (SCA 4.1) solutions in accordance with DoDI 8330.01 and DoDI 5000.02.� The guidance references for open systems standards are the following: 1. Software Communications Architecture (SCA) version 2.2.2; available from http://jtnc.mil/sca/Pages/sca1.aspx (public website). 2. Tactical Radio Application Program Interfaces (APIs) versions mandated in DISR 14-3.0 or later; available from https://nesi.spawar.navy.mil/projects/jtrsapi/ (Common Access Card (CAC) or Public Key Infrastructure (PKI) certificate required to access). 3. If currently SCA 2.2.2 compliant, respondents must provide their plans to become SCA 4.1 compliant. b. The mounted VDL radio�s overall concept is to receive, transmit, and display secure and unsecure full motion video, annotated images, and data to and from C4I nodes via a lightweight, ruggedized and reliable transceiver. The system will be integrated into ground, maritime, low altitude unpressurized air vehicles, and Tactical Operation Centers and must have the ability to receive in L, S, Low-C, High-C, and Ku-bands, and transmission of DACAS on L or �band and legacy platforms which rely on these frequencies outside the United States.�� i. Include US/FVEYE and NATO data rates and waveforms. ii. Include international waveforms where applicable. iii. Software programmable receiver for pre-mission configurations and automatic waveform search and acquisition. iv. Provide power input from 10 � 32 DC through AC/DC battery eliminator and be 5590/BA-2590 battery compatible. v. Operate in cold temperature down to -40 degrees Celsius. vi. Optional antenna kits and accessories. vii. Optional Laptop PCs, tablets with applicable software. viii. Software Communications Architecture (SCA) compliant. DoD radio modernization programs are committed to the objective of interoperable, secure, affordable and modular tactical edge networking.� To the maximum extent possible, the Government desires open systems architecture (SCA 4.1) solutions in accordance with DoDI 8330.01 and DoDI 5000.02.� The guidance references for open systems standards are the following: 1. Software Communications Architecture (SCA) version 2.2.2; available from http://jtnc.mil/sca/Pages/sca1.aspx (public website). 2. Tactical Radio Application Program Interfaces (APIs) versions mandated in DISR 14-3.0 or later; available from https://nesi.spawar.navy.mil/projects/jtrsapi/ (Common Access Card (CAC) or Public Key Infrastructure (PKI) certificate required to access). 3. If currently SCA 2.2.2 compliant, respondents must provide their plans to become SCA 4.1 compliant. c. The airborne mounted VDL radio�s overall concept is to receive, transmit, and display secure and unsecure full motion video, annotated images, and data to and from C4I nodes via a lightweight, ruggedized and reliable transceiver.� The system will be integrated into pressurized & unpressurized air vehicles operating at various altitude ranges, which must have the ability to receive in L, S, Low-C, High-C, and Ku-bands, and transmission of DACAS on L or �band and legacy platforms, which rely on these frequencies outside the United States.� The radio must be able to conduct dual band transmissions. Must have the ability to support waveforms: STD-CDL, VNW, Tactical, BE-CDL Rev B, 455 FSK, 466ER, DDL, FM Analog, DVBT Rx, NET FS0 Hub and Spoke. Receive Frequency Bands: L1, L2, S1, S2, C1, C2, Ku1, Ku2 and Transmit Frequency Bands: L1, L2, S1, S2 and UHF. Video Processing: H.264 (SD) H.264 (HD), MPEG-4, MPEG-2, MJPEG, H.261 (Decode Only). Video Interfaces: RS-170A, HD-SDI. RFE Interface/Controls: Transmit (SMA x2), Receive (SMA x2), RS-232 (User x2), RS-422/485 (Ant/RFE x 2), RS-232 GPS. With the ancillaries: C-Band, C-Band SSPA, Ramona SSPA and KuDA. i. Include US/FVEYE and NATO data rates and waveforms ii. Include international waveforms where applicable iii. Software programmable receiver for pre-mission configurations and automatic waveform search and acquisition iv. Provide power input from 9 - 32vDC approximately 45 watts. v. Operate in cold temperature down to -40 degrees Celsius vi. Optional Laptop PCs, tablets with applicable software vii. Software Communications Architecture (SCA) compliant. DoD radio modernization programs are committed to the objective of interoperable, secure, affordable and modular tactical edge networking.� To the maximum extent possible, the Government desires open systems architecture (SCA 4.1) solutions in accordance with DoDI 8330.01 and DoDI 5000.02.� The guidance references for open systems standards are the following: 1. Software Communications Architecture (SCA) version 2.2.2; available from http://jtnc.mil/sca/Pages/sca1.aspx (public website) 2. Tactical Radio Application Program Interfaces (APIs) versions mandated in DISR 14-3.0 or later; available from https://nesi.spawar.navy.mil/projects/jtrsapi/ (Common Access Card (CAC) or Public Key Infrastructure (PKI) certificate required to access) 3. If currently SCA 2.2.2 compliant, respondents must provide their plans to become SCA 4.1 compliant. OTHER GENERAL REQUIREMENTS: a. Security National Security Administration (NSA) Type-1 certified and US crypto modernization compliant (TSVCIS) up to Top Secret (TS) and / or Advanced Encryption Standard (AES) 128 � 256 compliant or up to 256 bit encryption applicable to US and international export variant. b. Physical Size, weight and power (SWaP) shall be minimized to the greatest extent possible without compromising performance. c. Environmental i. Radios shall operate without degradation at ambient temperature from -40� F to 145�F (T); to include cold startups and shutdowns after prolonged exposure (ex. storage) to a temperature range from -40� F to 185� F, exclusive of the battery operation. ii. Radios shall operate immediately without degradation after experiencing shock and vibration environment encountered in the transmit case, during vehicular transport, rail transport, fixed-wing, aircraft loading, and maritime transport per MIL-STD-810G, Chg 1, Method 514.7, Procedure I (T). iii. Radios shall operate without degradation, after submersion, to a depth of 1m for 30 minutes in accordance with MIL-STD-810G, Chg 1, Method 512.6, Procedure I (T). iv. Radios shall operate without degrada...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0a4adec9789e4c77b8a32d9aade13fa2/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05718249-F 20200712/200710230201 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.