Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2011 FBO #3570
SOURCES SOUGHT

99 -- NET WARRIOR HANDHELD END USER DEVICE

Notice Date
9/1/2011
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
ACC-APG SCRT - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRBNETWARRIOR
 
Response Due
9/21/2011
 
Archive Date
11/20/2011
 
Point of Contact
jschoerner, 410-278-9935
 
E-Mail Address
ACC-APG SCRT - Aberdeen
(jeff.schoerner@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Nett Warrior (NW) Handheld End User Device Market Survey Questionnaire The U.S. Government's planned modernization efforts of the Infantry, Stryker, and Heavy Brigade Combat Teams (BCT) includes improvements in the dismounted Soldier Command & Control (C2) and Situational Awareness (SA) capabilities. In particular, U.S. Army PEO Soldier/ PM Soldier Warrior / PdM Ground Soldier is interested in a family (modular packaging) of dismounted Soldier Nett Warrior (NW) Handheld End User Devices (EUD). The NW EUD, when connected to different communication transport devices, will provide the Soldier with enhanced mission planning, monitoring, communication and situational awareness. The objective of this Request for Information (RFI) is to solicit industry feedback regarding the Government's requirements for NW EUD products. It cannot be overstated that the Government is looking for a low cost solution that will address these requirements. The Government envisions NW EUD variants that meet the following requirements: 1.NW EUD device: A commercial-based, integrated computer, display, and data entry capability for dismounted use in either stand-alone or networked configuration.. The NW EUD device allows connection to multiple IP based radios / other transport devices to provide position location information and other SA/C2 message information overlaid on geo-reference maps. The NW EUD device should also allow for expansion to allow additional modules to be added to the base configuration for additional functionality (e.g. remote display, GPS SAASM input, sensor inputs, etc.). 2.Additional general NW EUD requirements or capabilities include: a.The NW EUD comprises computer hardware, Government provided Android based software (Android OS 2.2 or higher), third party applications, security and connections to network transport device(s). b.Base Configuration Hardware/Capability: i.Smartphone or Smartphone like device (repackaged smartphone technology) with 3.5 inch or larger screen size, with transport device data cable, mounting package, rechargeable internal battery and external rechargeable battery w/ cable capable of running 8 hours (screen on at least 50% of time and connected to radio) and weighing less than 2 pounds ii.Integrated camera, GPS, compass, accelerometers iii.Ability to dim the screen for night operations (may use NVG filters) iv.Ability to be sunlight readable v.Rain resistant (Ability to be immersed up to one meter for 30 seconds is an objective) vi.Functions between 0 degrees F to 120 degrees F vii.Able to withstand military shock/vibration profiles while in mounting package viii.Tether to a tactical radio via USB, or RS 232 and act as a USB Host Controller ix.Ability to connect to an external battery source (Rifleman Radio Liberty battery, LI-145/LI-80/Conformal battery) via USB interface for charging internal EUD battery or run the EUD. x.Touch screen suitable for use with fire retardant gloves, in wet or dusty conditions xi.Minimum of 32 GB of memory for map and other persistent data storage and a minimum of 1 GB of RAM xii.Pouches / Holsters or mounting device for Soldier/Marine integration xiii.Extension Module(s): Additional module / Sled / Hub for providing remote display capability, GPS SAASM input, sensor input feeds, secure wireless interface). This is not part of the 2 pounds. c.Security: The NW EUD must be accredited under DoDI 8510.1 to process, store, and support transmission of secret and below data with approved protection methods. i.The NW EUD must support secure login of general users and system administrators. Only System Administrators, vs users, shall not have ability to change security settings of the NW EUD or access, remove, or destroy security audit logs. ii.User logon and authentication-compatible with a hostile environment (fast, easy, but secure). Two factor authentication employing DoD PKI is an objective. iii.The NW EUD must support integrity requirements to include secure boot process, Anti Virus software and a means to validate loaded application are approved for use on the device, whether manually downloaded or acquired as automatically downloaded mobile code. The NW EUD should support the capability to remotely monitor, control, and management the status of these functions as well as the security settings of the NW EUD. The NW EUD should include the capability to generate, store, protect, securely offload (manually and via remote means) audit logs to authorized users. iv.Confidentiality of data including encryption data at rest; user authentication to access the device and trusted connection to secret networks v.The NW EUD will leverage connected tactical radios for data in transit encryption but also plans to be able to connect through any network to send and receive Secret and below information. vi.The NW EUD should not be a Controlled COMSEC item (CCI). The use of NSA Suite B cryptography is encouraged. vii.It's the Government desire that the NW EUD be capable of both classified and unclassified operation and network connection either simultaneously or by employing periods processing through the aide of approved encryption, data purge, and data separation techniques. Implementation via hardware, software, or a combination thereof will be considered with selection criteria based on security, functional utility, cost, and performance impacts. d.Network: NW EUD will initially integrate with Joint Tactical Radio System (JTRS) Production Rifleman Radio (AN/PRC-154) and follow-on Secure and Below (SAB) version of the PRR. Additional radios may also include but not limited to PRC-152A, PRC-117G and emerging cellular networks to include public switched commercial networks. e.Docking Station: Additional module (not part of 2 pounds) to allow integrated mechanical, physical locking, and functional docking of the NW EUD in a vehicle platform and garrison environment. Docking should include charging of the NW EUD batteries and appropriate network connections to enable NW EUD synchronization with larger networks. f.It's the Government's desire for the NW EUD base configuration (without the extension module(s)) unit price to be less than $1500 in full rate production quantities of 7,600 per year. Total procurement may be as high as 23,000 units. 3.In addition, the Government is also interested in individual products, versus the complete NW EUD package, that vendor currently have that may be of interest to the Government for integration into the NW EUD (ex. HUB, Sled, gloves, displays, software security products, etc.). The vendor should tailor their responses to the provided questionnaire as appropriate. NW EUD Questionnaire The intent of this questionnaire is to organize vendor responses to this RFI. Respondents are requested to answer each question based upon the information and requirements presented in this RFI. Please use the following questions to organize your response by addressing each in order. Although the Government does not limit the size of your response, you are asked to consider that we will rely upon resources with limited time availability to review these responses. In your response, please describe each NW EUD solution (to include pictures and or drawings) that you propose and its effectiveness in meeting the requirements. In order to assure that your response receives the attention it deserves, you are asked to consider limiting the size of your response (not counting any supporting documentation) to less than 20 pages. If you consider supporting documentation to be necessary, please indicate which portions of the supporting documentation are relevant to this RFI. All cost figures provided as a part of this RFI will be considered an estimate and do not obligate the vendor or the Government in any way. Design: The most important factors are Size, Weight & Power (SWAP), Cost, and Security: 1.Please describe in detail your proposed solution to provide Program Executive Office Soldier (PEO Soldier)/Program Manager Soldier Warrior (PM SWAR / Product Manager Ground Soldier (PdM GS) with a NW EUD solution that meets the requirements and capabilities described in this RFI. In your response, please describe each NW EUD solution (to include pictures and or drawings, and estimated weight breakdown) that you propose and its effectiveness in meeting the desired requirements and capabilities. 2.Define the expected size, weight, and, power draw (SWAP) of your solution (Including different operating modes, i.e. screen on/off). Note that it is absolutely paramount that SWAP be minimized. 3.Describe the proposed security design - to include drawings addressing the following features: Encryption of Data at Rest. Encryption of Data in Transit via USB or RS-232connection. Hardware Device Access Control. Identify if a hardware abstraction layer and/or separation kernel approach is used. Secure Boot. Identify if a Mobile Trust Module (MTM) is implemented in hardware or emulated in software, and whether or not a hardware MTM is on a future hardware roadmap for the product. Support for configuration management to include approach for employing Anti Virus, means for validating that code is authorized for use, and remote monitoring/management of configuration to include security settings. This section should also address postulated mechanisms to apply patches, update antivirus signatures, protect/access/report security audit logs, and change security settings. User Authentication method to include user roles, rights, and privileges supported and hardware/software interfaces to support user authentication. Use of any hardware or software techniques to meet the security requirement (sand boxing, encapsulation of application/OS, kernel modifications, Encryption modules, SD cards, etc.) and whether the solution has been through, or currently is in, any NIAP, NIST or NSA certification processes. 4.Is the proposed solution based on an existing product or family of products that is currently available? If so, please describe that product and explain what modifications and estimated timeline are required to adapt it to provide the proposed capabilities. Also explain any subsequent produce enhancement plans for the product line and how it may support the NW EUD objectives. 5.Describe how you would integrate Government provided battle command & Graphic User Interface (GUI) software, and implement required security on your hardware. Anticipating the need to stay current/up-to-date, please address required work for OS updates. Also explain how your solution could also allow the Government to provide the final software image to be loaded on the NW EUD versus the vendor loading the Government software. 6.Describe how you plan to package the NW EUD. What level of environmental protection (temperature, shock/vibration, rain, electromagnetic, etc.) do you expect your solution to provide? Why do you expect this level of environmental protection to be achieved? 7.Please specify any additional features/functionalities (not detailed in the RFI) that you recommend be included in the design of the NW EUD product line. An example would be Support Equipment such as duplication & purging equipment, data transfer / loading devices, etc. 8.Present a pre-planned product improvement (P3I) roadmap to include additional features/capabilities; enhancements to performance, SWAP-C or security and schedule for incremental improvements. Cost 1.Provide an estimated unit cost for each proposed variants. Assume that the initial award quantity is 1,500 in the first year followed by a minimum of approximately 7,600 units per year with a total that may be 23,000 units or more. 2.Identify any software licensing / royalty fees associated with your proposed solution. Are there any hardware driver concerns, costs, etc? What is the cost of implementing the proposed security solution if modifications are necessary? Schedule (The dates provided are initial estimates for the purposes of this RFI) 1.Solicitation: As part of the request for proposal (RFP) (January 2012), the Government may require vendors provide up to five (5) bid sample units as part of the source selection process for the Government to evaluate. The bid samples would be provided within 30 calendar days after release of the formal RFP. Specify any concerns with meeting milestones that impact the overall schedule. If you cannot meet any of these milestones, suggest alternatives that you will be able to meet. 2.Post Award: Upon contract(s) award(s) (around March 2012), 100 first article units (production representative) would be delivered by June 12 to support Government system integration. Government testing of these units is anticipated to be a combination of Development Testing (September 12 - November 12) and operational testing as part of the NIE 13.1 event at Ft Bliss (September 12 - November 12) with a Full Rate Production decision in February 13. Upon successful NW FRP decision, NW EUD production deliveries would commence June 13. The maturity of the security design and documentation needs to be such as to allow the Government to perform security testing at to support accreditations at least 90 days prior to start of NIE 13.1 event and an ATO at least 30 days prior to NW EUD production deliveries. Specify any concerns with meeting milestones that impact the overall schedule. If you cannot meet any of these milestones, suggest alternatives that you will be able to meet. 2.It is the Government's intention to competitively solicit and award a three year duration Indefinite Delivery Indefinite Quantity (IDIQ) production contract(s) for the product(s). 3.Recommend a strategy to help the Government keep pace with the exponential growth in handheld technology to include the rapid obsolescence of specific product models. Experience/Qualification Describe your organization's qualifications and experience in supplying components similar to the NW EUD on time and within budget, while meeting the necessary requirements. Production Capability What is the manufacturing capability and experience of your company to supply a product of this type with this production volume? Other 1.Are there any requirements listed in this RFI that seem unreasonable or difficult to meet? 2.What requirements / information need to be added to help you make an accurate proposal? 3.Buy American Act and Trade Agreement Act: Address how your approach complies with FAR 25.001 Buy American Act and Trade Agreement Act restrictions 4.Summarize your organization's personnel, facilities, and related experience that qualifies you to provide the security capabilities desired for the NW EUD. After the Government reviews all vendor submissions there may be additional need for further follow-on questions. If so, the Government will contact each vendor to ask these follow-on questions on an individual one-on-one basis. Responses should be emailed to megan.r.dake.civ@mail.mil and Jeffrey.A.Schoerner.civ@mail.mil and technical questions should be emailed to david.r.troxel.civ@mail.mil. All information must be submitted and received no later than 21 September 2011. This is a market survey requesting information only. The submission of this information is for planning purposes and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. The U.S. Government implies no intention or opportunity to acquire funding to support current or future production efforts. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of the market survey. The U.S. Government is not obligated to notify respondents of the results of this survey. Any documentation provided will not be returned. This RFI is issued in accordance with FAR 15.201.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/52d2f7fede049cf7d59216d4defa6a8d)
 
Place of Performance
Address: ACC-APG SCRT - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02559064-W 20110903/110902102115-52d2f7fede049cf7d59216d4defa6a8d (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.