Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2007 FBO #2054
SOURCES SOUGHT

R -- Software Defined Radios

Notice Date
7/10/2007
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_47FC6
 
Response Due
7/26/2007
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston Communications Department, Code 50 is soliciting information from potential sources to provide Software Defined Radio (SDR) Services to support the acquisition, design, systems engineering and integration, hardware / software test and evaluation, and life cycle support needed for an integrated Military Satellite Communications (MILSATCOM) and commercial environment. Potential sources must have demonstrated expertise and proven abilities in engineering and technical support services of a non- personal nature encompassing, but not limited to the following: software engineering including software development and lifecycle support, test and evaluation services, acquisition, acquisition logistics, logistics documentation and support, systems acquisition support, data collection, research and analysis, configuration management, technical documentation development, and verification and validation. Software Defined Radio (SDR) sample programs include Joint Tactical Radio System (JTRS) Network Enterprise Domain (NED) Test and Evaluation (T&E), NED Software In- Service Support, Airborne and Maritime/Fixed Station (AMF) JTRS, and Digital Modular Radio (DMR). Legacy communication systems, such as Mini-DAMA, VICS, CTT, LST-5D, design support, development oversight, and associated testing efforts are not applicable since they are not SDR system support efforts. Familiarity with the SDR business model inclusive of the SCA, IR, APIs, existing waveforms, new IP capable waveforms are of importance. The following is a list of potential taskings. The percentage listed next to the individual tasking is the estimated amount of effort that will be required on any potential contract for this effort. For evaluation purposes, each potential source is requested to provide a description of work performed, including specific demonstrated expertise, for each task listed below and to state what percentage they are capable of performing. Only provide information on demonstrated performance with examples of reports or other documents. Do not include any documentation or percentages for any one company other than your own. This is an analysis of your company's abilities and what it can or cannot perform. Waveform Portability Support (73%) includes, but is not limited to, providing waveform developers with support to enhance the portability of their software, porting waveforms to various hardware platforms and developing software (DSP, FPGA, GPP, VHDL, etc.) for these platforms. Waveform developer milestone events (SSR, PDR, CDR, FQT, TIMs, etc.) will be attended and documentation will be reviewed to ensure that the design is portable. Knowledge of the SCA and applicable APIs (such as JTRS APIs) is required to aid in the development of the waveforms software. Hardware evaluations and testing will locate potential problems related to the intended waveform software to be loaded on the SDR. Experience with source code inspection and test tools is needed to perform these evaluations. Waveform Subject Matter Expertise (SME) Support (9%) includes, but is not limited to, providing support to waveform developers to ensure that the delivered product complies with defined MIL-STDs, standards (such as JTRS standards), and other applicable specifications. The SME will review and provide technically significant comments on documentation and attend waveform milestone events, such as TRRs and FQTs, and weekly TIMs. Upon completion of testing, the SME will write a test report summarizing the events. The SME serves as an expert on the waveform and will provide significant technical contributions in all facets of the waveform design, documentation, development, integration, and test to ensure all SDR systems are in accordance applicable specifications and standards. Waveform SME activities include, but are not limited to, requirements, hardware performance, software analysis and integration, networking, management/control, logistics, and testing. System, technical, and operational experience is a plus. Information Assurance Support (IA) (3%) includes, but is not limited to, performing security critical and software quality reviews and analyses on JTRS delivered products. These products include both source code and documentation. During the development phase, IA reviews will be performed on interim source code and documentation deliveries. Network Engineering SME Support (2%) includes, but is not limited to, providing support to function as a network engineer in the SDR IP waveform arena. The SME serves as an expert in computer networks with a specialization in any of the following areas: enterprise architectures, enterprise information assurance, distributed computing, or network/socket development. The SME will have an in-depth understanding of network architectures, Internet Protocol (v4 and v6) stacks, network models (OSI and Internet), voice applications and implementations, and network protection/information assurance principles. It is preferred that the SME also have experience in the areas of network management, software evaluation, requirements definition, technical writing, and modeling/simulation. In-depth knowledge of existing commercial networking products and experience in the deployment, operations, and maintenance of these products is considered mandatory to support the design oversight and testing activities associated with evaluation of the next generation SDR capable routing protocols and implementations. The SME should also be able to evaluate mission requirements and translate them into technical requirements that can be met through COTS and GOTS products. Waveform Test and Evaluation ( 1%) includes, but is not limited to, providing test and evaluation, integration and general engineering support SDRs. This task encompasses support for all applicable SDR waveforms, terminals and required ancillary equipment. In addition, the general engineering support shall also include efforts to upgrade laboratory test equipment and support waveform verification and certification testing at SPAWAR Charleston. The support encompasses test development, test performance, test reporting and system support before and during external certification. The contractor shall perform waveform quick look testing on each software upgrade and provide reports in a government defined format. The contractor shall support the planning and execution of the scheduled Technical and Operational Evaluations as well as continue the development of the Automated Test Environment (ATE) for all waveforms. The contractor will provide system integration, installation, training, and technical assistance support required for site laboratories. Technical Lab Maintenance and Support (1%) includes, but is not limited to, the installation, configuration, and maintenance of lab equipment, such as radios, servers, and workstations, so that SDR testing can occur. Program Management Support (2%) includes, but is not limited to, aiding in the development of programmatic plans, policies, schedules, and briefings. In addition, assistance with configuration management, quality assurance, risk management, and waveform acquisition will be required. Business and Financial Support (2%) includes, but is not limited to, developing and tracking the program???s budget. In addition, financial status is provided for programmatic reviews or reports. Program business and financial work products will be developed, tracked, and action taken as required. Work products and process will be tailored towards DoD SSC-Charleston financial management practices. Administrative Support (2%) includes, but is not limited to, assisting the program manager/lead program engineer with briefings, reports, data calls, material ordering, and facility issues. CMMI Support (2%) includes, but is not limited to, assisting programs in achieving and maintaining CMMI levels dictated by SPAWAR Charleston. CMMI certified assessment levels associated with Software and Systems Engineering within your organization and applicability to this SDR effort should be addressed. Logistics Support (3%) includes, but is not limited to, aiding in the development of logistics plans, policies, schedules, and briefings, development and updating of logistics documentation (e.g., Integrated Support Plan, Configuration Management Plan, User???s Logistics Support Summary, Manpower Estimate Report, Training System Plan and so forth), providing logistics support, developing logistics presentations, participating in logistics and other IPT telecons and meetings, and ILSMTs, review CDRLs, assist in the preparation of the Independent Logistics Assessment (ILA) and documents required. Track, analyze and measure Reliability, Maintainability, and Availability (RMA) performance metrics. Acquisition Support (2%) includes, but is not limited to, development and updating of acquisition documentation (e.g., Request for Proposal documentation, Acquisition Strategy Report, Acquisition Program Baseline) as well as aiding in the development of acquisition plans, policies, schedules, and briefings. Assist in preparation and tracking of milestone documents and requirements. Development and maintenance of integrated master schedule. These tasks shall be conducted at Navy, Marine Corps, Coast Guard, Air Force, Army, including, but not limited to DoD Radio Systems contractors, and other Government activities including ships, aircraft, submarines and other shore stations worldwide via task orders on an "as required" basis. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an indefinite delivery, indefinite quantity, Cost-Plus-Fixed- Fee type contract. Firms are invited to submit the appropriate documentation, literature, brochures, and references to support that they possess the required specialized experience in the categories/sub-categories noted above with the capabilities necessary to meet or exceed the stated requirements. There is a limit of seven (7) pages on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston via email to: robin.rourk@navy.mil Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women Owned, HUBZone, and/or Veteran Owned Business; (4) number or years in business; (5) two points of contact, including: name, title, phone, fax, and e mail address; (6) DUNS Number (if available); (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) the percentage of work your company can perform against each task listed above; (9) a list of customers for relevant work performed during the past five years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with phone number. NOTE REGARDING SYNOPSIS: This synopsis is for information and planning purposes ONLY and is not to be construed as a commitment by the Government. This is NOT a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the evaluation. The analysis of the information received will be utilized in formulating the acquisition strategy for the potential resultant RFP. The Government reserves the right to consider a small business set-aside or 8(a) set-aside based on responses hereto. The applicable NAICS code is 541330 with a size standard of $23M. The Closing Date for responses is 26 July 2007, 2:00 PM Eastern Time.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=EF80A78166FC0DAA8825731400588CE5&editflag=0)
 
Record
SN01338571-W 20070712/070710221606 (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.