AWARD
69 -- Low Power Internet of Things (LPIoT) Instrumentation Prototype Effort
- Notice Date
- 6/26/2020 6:30:41 AM
- Notice Type
- Award Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-20-9-0001
- Archive Date
- 07/03/2020
- Point of Contact
- NSTXL
- E-Mail Address
-
initiatives@nstxl.org
(initiatives@nstxl.org)
- Award Number
- W900KK-18-9-0005
- Award Date
- 06/18/2020
- Awardee
- DEFENSE ENERGY CENTER OF EXCELLENCE Arlington VA USA
- Award Amount
- 137420.08
- Description
- On June 18, 2020, in accordance with 10 U.S. Code � 2371b, the Army Contracting Command � Orlando has awarded an Other Transaction Agreement (OTA) via the Training and Readiness Accelerator (TReX) for the�Low Power Internet of Things (LPIoT) Long Term Evolution (LTE) Category M1 Instrumentation Prototype Project. A Request for Solutions (RFS) for these efforts was issued through TReX on January 6, 2020, which resulted in the submittal of 14 total responses. Following evaluation, two vendors were selected for Statement of Work (SOW) collaboration. The first to receive award of a prototype project was Intelligent Decision Systems, Inc. (IDSI) located in Chantilly, VA. The total value of this prototype project, if all phases and options are exercised, is $137,420.08. The Army desires an LPIoT LTE Category M1 Instrumentation Prototype that will transport data between a Live Training Instrumentation System such as the Combat Training Center Instrumentation System (CTC IS) to the Training Engagement Simulation System (TESS). The Category M1 COTS devices currently in use do not meet the conditions required in order to support LCT. The commercial standard has evolved to the point that LPIoT is now supported by all LTE cellular providers and is accessible across most of the continental United States. The objective of the LPIoT Instrumentation Prototype project is to determine if COTS LPIoT devices can be modified and tested to determine capability to support latency, throughput, and cyber security restrictions for certain use cases. Upon successful completion of this prototype effort, the Government anticipates that a follow-on production effort may be awarded via either contract or transaction, without the use of competitive procedures if the participants in this transaction successfully complete the prototype project as awarded. At a minimum the following RFS requirements will be validated: Provide Global Positioning System (GPS) position location as fast as every 10 seconds Send to the Exercise Control (EXCON) system position location updates at least every 60 seconds when in LTE coverage Connect to the Combat Vehicle Tactical Engagement Simulation Systems (CV TESS), Tactical Vehicle System (TVS) and Individual Weapon System (IWS) through the RS 232 interface. Send to the EXCON TESS events within 60 seconds of receiving them from the TESS when in LTE coverage Receive and pass EXCON messages to the TESS Provide indicator that the unit is ON; is part of the Network; has accurate GPS. Provide soldier safety features such as a help button Meet NTC and JRTC environmental conditions Provide method for association of the device to a training event Support a cloud based EXCON The LPIoT Instrumentation Prototype unit must: follow the Category M1 standard; no unique changes to support the use case that may impact usage on different networks or in different areas. will require cyber security controls. must meet or exceed International Protection Marking (IEC standard 60529) of IP 67. must meet or exceed operating temperature range of between 0 degrees Fahrenheit and 130 degrees Fahrenheit. Note: Should the selected vendors fail to demonstrate progress or be unsuccessful in the accomplishment of the goals of this prototyping effort, the Government reserves the right to return to the results of this competition and award additional Other Transaction Agreements to one or more of the vendors that responded to the initial Request for Solutions, as appropriate within the scope and evaluated results of the competition.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b848fc82e6784f00a9428b06a371aec4/view)
- Record
- SN05704135-F 20200628/200626230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |