SPECIAL NOTICE
58 -- Provides a market survey and list of draft performance requirements for the NDI SANR and sets due date for receipt of comments to this notice and the prior notice under W15P7T12SANRRFIUPDATE001 posted 11 Dec 12 and changed 7 Jan 13.
- Notice Date
- 1/24/2013
- Notice Type
- Special Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T12SANRRFIUPDATE002
- Archive Date
- 4/24/2013
- Point of Contact
- Donald W. Morgan, 443-861-4966
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(donald.w.morgan3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- REFERENCE NUMBER: W15P7T-12-R-5007 NOTE: This Market Survey is issued to supplement information previously received from industry concerning the intent by PEO C3T AMF to acquire Non-Developmental Items (NDI) that fulfill the minimum requirements for the Small Airborne Networking Radio (SANR) on a full and open competitive basis. The purpose of this Market Survey to is gather feedback from industry to shape the final requirements. This market survey is in accordance with FAR 15.201(e). The intent of this PEO C3T AMF acquisition is to procure up to 2,300 SANRs over the first five years of the 12 year procurement of 7,700 SANRs. SANRs will be fielded on the Apache (AH-64E), Black Hawk (UH-60L, HH-60L, UH-60M, HH-60M, MH-60M), Chinook (CH-47F and MH-47G), Gray Eagle Unmanned Aircraft System (UAS) (MQ-1C), Kiowa Warrior (OH-58F), and Little Bird (MH-6). Of interest are Software Defined Radios (SDRs) that are in production, have been or are currently being developed by industry under Independent Research and Development (IRAD) efforts, or are approved Government Programs of Record. If there are dependencies upon Government sponsorship to support certification activities, requests for sponsorship may be considered. Requests for Government funding to develop or complete development of a SANR product will not be entertained. PEO-C3T AMF is soliciting information from potential sources capable of providing six (6) offeror's production representative bid solution samples for pre-award testing by the Government in early FY14, and delivery of production NDI SANRs beginning in late 4QFY14. PEO C3T is interested in responses for products that can be delivered in production quantities at a rate of up to 50 per month for the first 4 years and up to 90 per month in year 5 and beyond. A performance assessment will be conducted by the Government as part of the contract award process, which will measure the ability to meet Key Performance Parameters (KPPs) and technical requirements as described in the SANR Performance Requirements Document (PRD). If a contract is awarded, it is anticipated to award in late Q4FY14 with asset delivery required in phases immediately after contract award and throughout the contract period of performance. Initial deliveries will be used to support Platform/SIL Integration and Test, followed by two option years of Low Rate Initial Production (LRIP), and two option years of Full Rate Production (FRP). Attached is the draft SANR PRD. In the draft SANR PRD, the term quote mark shall quote mark denotes a Threshold requirement and the term quote mark will quote mark denotes Objective. Each quote mark shall quote mark and quote mark will quote mark statement is labeled with one of the following: Threshold, labeled quote mark (T) quote mark - The threshold requirements for SANR that must be fully compliant. Objective, labeled quote mark (O#) quote mark - The desired objectives for SANR that provide significant operational capabilities to the Government. Assuming compliance with Threshold requirements, if SANR is partially or fully compliant with some or all Objectives then SANR is of greater utility to the Government. To assist respondents in making product implementation decisions that best align to the Government's needs, the relative value of the objective capabilities is ranked in order of utility using the following designation: the letter quote mark O quote mark appended with an quote mark L, quote mark quote mark M, quote mark or quote mark H quote mark to signify a Low, Moderate, or High level, respectively, of additional operational value to Army users. Firms are invited to submit the appropriate documentation, literature, and references necessary to demonstrate that they possess the required knowledge, experience, and ability to meet or exceed the required capabilities found below. There is a page limit of 25 pages on data submitted (single-sided, 1-inch margins, Times New Roman, single spaced, 12 point font), excluding the Requirements Matrix, any of the requested diagrams, and any comments or questions submitted regarding the attached PRD. Capability Responses must include all of the following information: 1. Name and address of firm. 2. Size of business, including; total annual revenue, by year, for the past three years and number of employees. 3. Ownership, including whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran Owned and/or Service Disabled Veteran-Owned Business; 4. Number of years in business. 5. Two points of contact, including: name, title, phone, fax, and e-mail address; 6. CAGE Code, DUNS Number (if available), NAICS Code. 7. Affiliate information, including parent corporation, joint venture partners, and/or potential teaming partners. 8. Statement that the contractor has or does not have an approved accounting system as defined in the Federal Acquisition Regulation (FAR). 9. CMMI level of the section of the organization for this radio component development and the effective date. 10. Responses to questions in the quote mark SANR RFI Follow Up Questions for Industry - 11 DEC 12.docx quote mark posted on Fedbizopps.gov on 11 December, 2013. 11. A populated Requirements Compliance Matrix for the offeror's bid solution describing compliance or non-compliance to all PRD requirements and objectives. For any T1 requirements that cannot be met by proposal due date (October 2013) and/or any T2 requirements that cannot be met by initial hardware delivery in late Q4FY14, describe when the requirement can be met and explain why the requirement cannot be met by the government's desired timeframe; alternatively if a T1 or T2 requirement cannot be met, describe any alternate solutions or plans to mitigate the risk of not providing that requirement. State when any objectives can be met. 12. Provide date(s) for expected Production Radio Delivery Date or for the planned phased deliverables. Clearly define what will be delivered with each phase and tie back to the PRD paragraph number and requirement. 13. Recommend changes to particular requirements in the PRD to remove ambiguities, align requirements more strongly with commercial or military best practices, add missing critical characteristics, remove obsolete requirements, or modify requirements that are unrealistic using current technology (excluded from 25 page count). 14. Provide evidence that may be presented to the Designed Approval Authority (DAA) validating the high assurance of classification separation for simultaneous instantiation of waveforms at unequal security levels, as applicable. Evidence may include but not limited to explanation of how the channel's traffic security classification can be changed and how it is assured equal to the security level of the traffic key, and DIACAP IA Strategy Plan. Also describe the plan to assure the Government that the offeror's bid solution is secure enough to achieve DAA Approval to Operate (ATO) beyond citing NSA certification products disposition. 15. A logical block diagram and legend of all the offeror's bid solution's logical interfaces and options the system offers, including traffic, channel status, controls and provisioning, RF signals and controls, audio and push to talk, security management, software upgrades and include the security classification/range for each interface; a physical block diagram that maps these interfaces to physical (wires/connectors) interfaces; describe whether the channel traffic signal I/O ports are separated by hardware (e.g. different connectors) or software (e.g. different port numbers); and include PA output power and physical configuration. 16. Pictures of the offeror's bid solution that identifies the two-channel SDR LRU and power amplifier LRU(s) showing the dimensions within the space constraints as defined in SANR PRD Section 3.2.1. As required, include all power amplifier LRU(s) are required to satisfy the waveform simultaneity identified in SANR PRD Table 3.2-1. 17. With Ethernet replacing MIL-STD-1553 and serial interfaces, and emerging as the primary communication means for control, status, and data traffic interfaces as described in SANR PRD Section 3.1.2, describe the data interface and protocols for SINCGARS supported by the offeror's bid solution. Describe whether the offeror's bid solution provides a serial interface, in addition to the Ethernet interface, that can be used for Air Force Applications Program Development (AFAPD) over SINCGARS. 18. List and description of any interoperability testing or demonstrations, or Waveform Standards Conformance Tests (WSCTs) conducted. 19. Explain if the offeror's bid solution has a requirement to protect Critical Program Information (CPI) and technology outlined by the Defense Acquisition Guidebook. Explain if a Program Protection Plan is available and if Critical Information has been identified. Explain if Critical Technology (CT) has been identified under the DoD Anti-Tamper program, which would require the implementation of Anti-Tamper techniques to prevent reverse engineering. If the bid solution has been accessed by the DoD AT agent and has been found not to have any CT, then provide an authoritative letter or check list. 20. Describe how the waveforms are planned, configured, monitored, and controlled, including commands and responses along with their security classifications; additional (especially vendor proprietary) components required between service and enterprise planning and management systems (such as AMPS for SINCGARS and mission planning and JENM for networking waveforms planning) and the radio; additional (especially vendor proprietary) interface or monitoring components required between the platform control systems (for example IDM or mission processor), and the radio. For waveform planning and provisioning, indicate if these additional components must be on platform and integrated with the offeror's bid solution in order to support an over-the-network reconfiguration while the aircraft is airborne. If any of the additional components inferred above are required, identify their composition (for example, hardware only, software only, or both) and purpose, and explain what rights the Government will have for their use. Also, for software only components identify the system requirements for the software. 21. Describe, if any, changes or enhancements made to the SRW waveform or recommend new requirements for SRW in order to address any of the following concerns for aerial operations: airborne advantaged node situation; and fast topology changes from frequent net join, net fragmentation, and rejoins. 22. Confirmation of ability to provide six (6) production representative the offeror's bid solution systems at time of proposal submittal (anticipated at October 2013). 23. Description of the degree of confidence that your radio and other associated LRUs (ie PA) will be able to meet the threshold reliability requirement. THIS IS A MARKET SURVEY ONLY. This Market Survey is issued solely for information and planning purposes - it does not constitute an 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 Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding 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 issued. If an RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor these sites for additional information pertaining to this requirement. Responses to this Market Survey are requested to be submitted to the Contracting Officer, Donald Morgan, at donald.w.morgan3.civ@mail.mil no later than 2:00 PM Eastern on 01 March, 2013. Responses should be in MS Office 2007 or Adobe PDF formats. If a zip file will be used to transmit the information, please contact the Contracting Officer in advance to coordinate the process, as files with a.zip extension will be blocked from delivery via e-mail. Only UNCLASSIFIED information shall be included in any response. Proprietary or business sensitive information provided in response to this announcement shall be marked appropriately.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/efd244cd6a5eb3ff6a50a746f3f6286d)
- Record
- SN02971269-W 20130126/130124234050-efd244cd6a5eb3ff6a50a746f3f6286d (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 |