Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2015 FBO #4869
SPECIAL NOTICE

58 -- Program Manager Tactical Radios (PM TR) FPGA

Notice Date
3/23/2015
 
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
W15P7T15R0024
 
Archive Date
3/22/2016
 
Point of Contact
Lauren Johnsky, 443.861.4969
 
E-Mail Address
ACC-APG - Aberdeen Division B
(lauren.a.johnsky.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION FPGA 1.0Description 1.1 As part of its responsibilities for the maintenance and evolution of current and future tactical waveforms for Software Defined Radios (SDRs), Program Executive Office Command Control Communications - Tactical (PEO C3T) Program Manager Tactical Radios (PM TR) has been researching potential improvements to the modulation and coding for the Soldier Radio Waveform (SRW). Under this program, PM TR has identified potential changes to modem software that could require additional FPGA resources. To avoid hardware impacts that could be associated with these potential changes, PM TR is interested in determining the amount of FPGA resources currently available in tactical radios that are or will be certified to run SRW, including radios already procured and those that may be proposed for future procurement. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This notice is issued solely for information and planning purposes - it does not constitute a Final Solicitation or a promise to issue a Final Solicitation in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Furthermore, 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 notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future Final Solicitation, if issued. If a Final Solicitation 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. If your company is interested in this planned procurement, then it is advised that you monitor the Federal Business Opportunities (FBO) website at HTTP://WWW.FBO.GOV. 2.0Background This RFI will be the first step in continuing industry engagement in support of enhancing the performance of the SRW. The Government plans to consider all Industry inputs as it prepares for, and executes, its implementation of new modulation and coding schemes for SRW. The Army will also leverage industry recommendations on the development of an enhanced SRW waveform. 3.0Requested Information This RFI presents the following questions for reply by interested vendors: 1.Radios currently implementing the SRW are utilizing a specific amount of FPGA resources. Please quantify the FPGA resources currently being used by the SRW modem functions and, by extension, the amount of free FPGA resources available for modified modulation and coding processes. 2.Please indicate the FPGA device nomenclature and part number 3.Please specify the FPGA Resources, both used and free, as a number of logic cells, memory bits, and DSP multipliers and their associated types (e.g., N 9x9 mult. and M 18x18 mult., etc.) 4.Please estimate the energy consumption of the TX and RX Modem Core for both CC and EW modes, if available. 5.Please specify if you are supporting CC mode or EW mode, or both, with this FPGA. 4.0 Responses 4.1 Interested parties are requested to respond to this RFI with a white paper. 4.2 All white papers pertaining to the document posted today shall be submitted no later than 6 April, 2015, 12 PM ET to lauren.a.johnsky.civ@mail.mil. Responses may be in MS Office 2007 or greater or Adobe PDF formats. E-mail messages shall be less than 10 MB in size. If larger files are submitted, they must be broken into separate e-mail messages. Reference W15P7T-15-R-0024 in the e-mail subject. All communications SHALL be submitted ONLY in writing AND directly to the email addresses identified. Contractors shall not contact any other Government Personnel other than the person identified above. Contacting any Government personnel other than the individual identified above could result in an organizational conflict of interest (OCI) and could result in an offeror being excluded from competition and/or award. 4.3 Proprietary information, if any, MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. If any respondee does not currently have a Proprietary Data Protection Agreement (PDPA) that would permit the PM TR support contractor listed below to review and evaluate white papers submitted in response to this RFI, the respondee is requested to sign PDPAs with the support contractor for this purpose. The PDPA protects the respondee from the support contractors listed below from sharing the submitted information outside of this effort. The following is a list of support contractor companies who will review the responses: Mitre 4.4 If a proposer's question relates to a proprietary aspect of its response and the question would expose proprietary information if disclosed to the competitors, the proposer may submit the question via email to lauren.a.johnsky.civ@mail.mil conspicuously marking it as quote mark CONFIDENTIAL quote mark. With the question, the proposer must submit a statement explaining why the question is sensitive. If it is deemed by the contract specialist that disclosure of the question or answer is would expose proprietary information, the question will be answered, and both the question and answer will be kept in confidence. If the contract specialist does not concur regarding the proprietary nature of the question, the question will be answered in this manner and the proposer will be notified. 4.5. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 4.4.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 4.4.3. Either 1) copies of executed non-disclosure agreements (NDAs) with the contractor supporting PM TR and supported PEOs and PMs in technical evaluations or 2) a statement that the respondee will not allow the Government to release its proprietary data to the Government support contractor. In the absence of either of the foregoing, the Government will assume that the respondee does NOT agree to the release of its submission to Government support contractor. 5.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Specialist, email address: lauren.a.johnsky.civ@mail.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Federal Business Opportunities website (FedBizOpps); accordingly, questions shall NOT or classified information. 6.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide information pertaining to PM TR's request regarding FPGA resources. The information provided in the RFI is subject to change and is not binding on the Government. The U.S Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c1be1b65ea63c1890267f69c90dcc357)
 
Record
SN03676116-W 20150325/150323235555-c1be1b65ea63c1890267f69c90dcc357 (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.