Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2008 FBO #2539
SPECIAL NOTICE

16 -- SOF EC-130J SATELLITE COMMUNICATIONS

Notice Date
11/6/2008
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
REQUEST-FOR-INFORMATION-SOF-EC-130J-SATELLITE-COMMUNICATIONS
 
Response Due
12/4/2008
 
Point of Contact
Madeline Y. Baumgartner,
 
E-Mail Address
madeline.baumgartner@socom.mil
 
Small Business Set-Aside
N/A
 
Description
1. The United States Special Operations Command (USSOCOM) is conducting a Special Operations Forces (SOF) EC-130J performance enhancement study to meet the requirement for a wideband satellite communications capability. The Mission Design Series (MDS) aircraft in this study is the EC-130J Commando Solo III, USSOCOM's airborne Psychological Operations (PSYOP) radio and television broadcast platform. To complete the study and consider programming initiatives, USSOCOM requires current industry sources and capabilities information. 2. The objective of this Request for Information (RFI) is to identify Non-Developmental Item (NDI) or commercially available solutions to the SOF EC-130J requirements for a wideband satellite communications capability, assess technology and manufacturing readiness, and prepare budgetary planning estimates for possible programming initiatives. There are two basic requirements for the aircraft satellite system. First, the system must be capable of receive-only commercial satellite TV (subscription and free to air) through various global markets provided the regional receivers with paid subscription is available. Second, the wideband satellite terminal must be able to send requests for PSYOP products (text, audio, and video), receive the products, and confirm receipt while airborne to a network operations center. The system must be designed with open architecture to allow the use of existing Global Information Grid Enterprise Services (GES) and not be restricted or limited to a proprietary waveform or specific satellite service. 3. USSOCOM seeks information from responsible sources and interested parties who have proven solutions that can meet or exceed systems integration requirements; can be validated by performance testing, including flight test; require minimum modification or upgrade to aircraft systems; address sustainment concerns. Sources can provide a solution to either commercial satellite TV or the IP based protocol approach, or a system that can do both requirements. 4. For the purpose of this RFI, the term "proven" means solutions at a Technology Readiness Level (TRL) "6" or higher, preferably TRL "7" or higher. Adaptation of NDI or commercial solutions is encouraged. Recommended solutions must be sustainable through 2025 (or estimated installation year of the USAF FAB-T common terminal?). Key performance parameters include data rates for receiving live streaming full motion video/audio programs for near real-time broadcast (minimum 6 (Threshold) and 10 (Objective) Mbps receive/downlink, minimum 1(T) 3 (O) Mbps transmit/uplink), ability to interface to aircraft's Ethernet Local Area Network, and compatibility with Internet Protocol (IP) based iDirect TDMA ground terminals operating in the Ku (T) and Ka (O) bands. Using a center wing hatch mount ("no scar") antenna solutions is highly preferred, fuselage mount acceptable. The response should provide the minimum look angle of a satellite that will sustain lock with low horizon satellites during a 20 degree (T) or 30 degree (O) bank turn through a 360 degree turn with no more than a 5 second loss of signal or 10 second period of signal pixilation due to wing/tail blockage. 5. Interested parties should provide capabilities, qualification statements, and examples that demonstrate their ability to satisfy the required performance enhancement challenges with low integration risk to the SOF EC-130J inventory. Respondents are encouraged to provide information on all or any subset of the areas listed. No adverse evaluation will result from responses, which address only those specific areas applicable to one's core business expertise. 6. Respondents are to use a minimum number of pages to describe in detail the information requested. Limit responses to no more than 25 8 ½" x 11" single sided pages, including attachments, figures and/or drawings. 7. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the ‘art of the possible' from industry with respect to their current and near-term abilities. The information collected may be used by the Government to explore future strategies for possible uses of platforms within the military. Information received as a result of this request will be considered sensitive and protected as such. All company proprietary information contained in the response shall be separately marked. Any proprietary information contained in response to this request will be properly protected from unauthorized disclosure. The government will not use proprietary information submitted from any one firm to establish the capability and requirements for any future systems acquisition so as to not inadvertently restrict competition. Special Note: Respondent's attention is directed to the fact that contractor consultant and advisors to the Government will review and provide support during evaluation of submittals. When appropriate, non-government advisors may be used to objectively review a particular functional area and provide comments and recommendations to the Government. All advisors shall comply with procurement integrity laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Submissions in response to this RFI constitutes approval to release the submittal to Government Support Contractors. 8. U.S. and non-U.S. firms with appropriate Export Control status are permitted to respond to this RFI. Responses to questions from authorized interested parties will be promptly answered and provided equally to all interested parties unless some release of proprietary information is involved or the answer addresses a question peculiar to a company or that company's response. One-on-one information gathering sessions with respondents are currently not contemplated. If one-on-one sessions with interested parties are conducted, they will be offered to those responders that meet the requirements contained in this RFI. The purpose would be to clarify understanding of the submittal, the capability ramifications, or to discuss the form of agreement to cover any flight demonstrations. Information feedback sessions may be offered to respondents after all qualitative assessments are completed. 9. Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997): The Government does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. Although the terms "proposal" and "respondent" are used in this RFI, your response will be treated as information only and shall not be used as a proposal. Any proposed solution must meet all Operational, Safety, Suitability and Effectiveness (OSS&E) requirements mandated by the Department of Defense.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3c31d99cd583e83d14704df255a9c81c&tab=core&_cview=1)
 
Place of Performance
Address: Not Applicable, United States
 
Record
SN01701754-W 20081108/081106215042-3c31d99cd583e83d14704df255a9c81c (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.