Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2018 FBO #5943
MODIFICATION

59 -- Battlefield Air Operations (BAO) Kit Manpack Tactical Radio

Notice Date
2/28/2018
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8629-18-R-5010
 
Archive Date
3/20/2018
 
Point of Contact
Amber A. Taylor, Phone: 9376568463, Christopher M. Hinders, Phone: 9376568201
 
E-Mail Address
amber.taylor.9@us.af.mil, Christopher.Hinders.1@us.af.mil
(amber.taylor.9@us.af.mil, Christopher.Hinders.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI is amended to correct the FBO response date. The correct response date/time is 5:00PM Eastern Time, 5 March 2018. BATTLEFIELD AIR OPERATIONS (BAO) KIT COMMUNICATIONS - TACTICAL RADIOS REQUEST FOR INFORMATION (RFl) / SOURCES SOUGHT SYNOPSIS (SSS) FA8629-18-R-5010 1. This RFI/SSS is issued for informational purposes and market research only, and does not constitute a solicitation or commitment of the Government to award a contract. Submitting information in response to this posting is voluntary; the Government will NOT reimburse any company or individual for any expenses associated with preparing and submitting information in response to this posting. 2. The Air Force Life Cycle Management Center (AFLCMC) Battlefield Airmen Branch (WISN), Wright-Patterson AFB, OH, is conducting market research to identify potential sources that may be capable of providing communications equipment for use in the battlefield. Air Combat Command (ACC), Air Force Special Operations Command (AFSOC), and Security Forces (SF) have a requirement to field a wideband, high-frequency (HF) manpack radio that exceeds the capabilities of the current fielded manpack radios (i.e. can encrypt data up to the Top Secret (TS) level); the currently fielded BAO Kit radios include the AN/PRC-II7G and the AN/PRC-158. 3. The required capabilities and features of a wideband HF radio solution include: a) NSA Type-1 certified and US crypto modernization compliant (TSVCIS) up to TS; b) Embedded Selective Availability Anti-Spoofing Module (SAASM) Global Positioning Satellite (GPS); c) Advanced Encryption Standard (AES) 128 - 256 compliant; d) Frequency range shall function from 1.5-60 MHz; e) Provide interoperability with narrowband legacy radios using 2G and 3G waveforms and encryption modes according to DoD Interoperability and Performance Standards for Medium and High Frequency Radio Systems (MIL-STD-188-141B) and NATO Standard Agreement (STANAG 4538 FLSU); f) Low Probability of Interception and Detection (LPI/LPD) compliant; g) Interoperate over the air between 1.5-30 MHz in 2G and 3G modes; h) Software Communications Architecture (SCA) compliant: Open Systems Architecture. DoD radio modernization programs are committed to the objective of interoperable, secure, affordable and modular tactical edge networking. To the maximum extent possible, the Government desires open systems architecture solutions for the AN/PRC-160. In accordance with DoDI 8330.01 and DoDI 5000.02, the guidance references for open systems standards are the following: 1. Software Communications Architecture (SCA) version 4.1; available from http://jtnc.mil/sca/Pages/sca1.aspx (public website); 2. Tactical Radio Application Program Interfaces (APIs) versions mandated in DISR 14-3.0 or later; available from https://nesi.spawar.navy.mil/projects/jtrsapi/ (Common Access Card (CAC) or Public Key Infrastructure (PKI) certificate required to access). i) Provide interoperability with legacy accessories; i.e., power amplifiers (RF-5832-PA101, RF-5833H-PA001, and RF-5834H-PA101) and antenna couplers (RF-382A-15 and RF-5382H-CU001); j) Deliver Internet-protocol (IP)-based data using the wideband HF waveform according to DoD Interface Standard: Interoperability and Performance Standards for Data Modems (MIL-STD-188-110C Appendix D); k) Provide data with Input / Output (IO) for USB, RS-232, and Ethernet adapters; l) Dimensions shall not exceed 8"W x 10"D x 4"H (without the battery); and m) Weight shall not exceed 10lbs (without the battery). 4. Respondents shall provide the following information in their submission: Name: Address: Point of Contact (to include phone number and email address) CAGE Code: Web Page URL: State whether the company is domestically or foreign-owned (if foreign, please indicate the country of ownership). Size Status. The North American Industry Classification System (NAICS) code for this action is 3334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, size standard 1,200 employees. Based on the NAICS, state whether the company is: other than small business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a) certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). 5. Interested parties are encouraged to respond to this notice. Responses must directly demonstrate the company's capability to meet or exceed the above-listed requirements. Recent, relevant experience should also be provided. Teaming and/or subcontracting arrangements should be clearly delineated. 6. Responses are limited to 5 pages (excluding a cover page) and should include technical and descriptive text as well as photographs/illustrations to provide sufficient detail. The submitted documentation becomes the property of the United States (U.S.) Government and will not be returned. 7. Please note that all prospective Information received as a result of this request will be considered as sensitive and will be protected as such. Any company proprietary information contained in the response should be clearly marked as such, by paragraph, such that 'publicly-releasable' and 'proprietary' information are clearly distinguished. Any material that is not marked proprietary will be considered publicly-releasable. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. 8. When submitting a response, please be aware that the Air Force workforce is supplemented by contracted support personnel. Any proprietary data submitted may be handled by contract support services personnel who have signed the same Non-Disclosure Agreement (NDA) as Air Force personnel. 9. Broad Industry participation for this RFI is encouraged. U.S. and non-U.S. firms are permitted to respond. 10. Please note that prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract. To learn more about this SAM requirement and how to register, please visit the SAM website at: https://www.sam.gov/portal/SAM/#1 11. Responses are due by 5:00PM Eastern time on Monday, 5 March 2018 via email to: Amber Taylor AFLCMC/WISK Contracting Officer Amber.taylor.9@us.af.mil 12. This notice may be updated as additional information becomes available. Please check the FBO site for updates to this announcement. For more information on this RFI, please contact the point of contact identified above. E-mail communication is preferred. 13. The Government will respond to questions from interested parties and will post responses on FBO unless proprietary information is involved, or the answer addresses a question peculiar to a particular company or that company's RFI submission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8629-18-R-5010/listing.html)
 
Record
SN04838284-W 20180302/180228231547-5813fe4783899d19c713031da6e0c51d (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.