SOURCES SOUGHT
99 -- REQUEST FOR INFORMATION for a Replacement Target Control Systems Data Link
- Notice Date
- 7/13/2020 12:22:55 PM
- Notice Type
- Sources Sought
- NAICS
- 334
—
- Contracting Office
- FA8678 AFLCMC EBYK EGLIN AFB FL 32542-6895 USA
- ZIP Code
- 32542-6895
- Solicitation Number
- FA8678-20-R-0003
- Response Due
- 9/14/2020 2:00:00 AM
- Archive Date
- 12/14/2020
- Point of Contact
- Tarra Woelfle
- E-Mail Address
-
tarra.woelfle@us.af.mil
(tarra.woelfle@us.af.mil)
- Description
- RFI for Replacement Target Control Systems Data Link Solicitation Number: FA8678-20-R-0003 Agency: Department of the Air Force Office: Air Force Materiel Command Location: AFLCMC/EBYA - Eglin Notice Type:� Sources Sought Posted Date:� Jul 13, 2020 Response Date: Sep 14, 2020, 4:00 PM Central Daylight Time Archiving Policy: Manual Archive Archive Date: - Original Set Aside: N/A Set Aside: N/A Classification Code: 59 -- Electrical and electronic equipment components NAICS Code: 334 -- Computer and Electronic Product Manufacturing/334511 -- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing PSC: 5826, Radio Navigation, Airborne Synopsis: Added:� REQUEST FOR INFORMATION for a Replacement Target Control Systems Data Link. This Request for Information (RFI) supports Government information gathering on current industry suppliers of existing, fielded, datalink system capabilities that, with limited modification (software and/or firmware), could fulfill the datalink capabilities and additional system attributes called out herein. This RFI notice is for informational planning purposes only, and is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. The Air Force is not at this time seeking proposals and will not accept unsolicited proposals. The Government encourages all responsible businesses, including small businesses to respond to this RFI; however, the Government is not liable for any costs incurred by any respondent to prepare and/or submit its response to this RFI. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI are solely at the responding party's expense. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for, release of any proprietary information not properly marked or clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations, if issued. It is the responsibility of potential offerors to monitor the Beta SAM.Gov website (https://beta.sam.gov/) for additional information pertaining to a Replacement Target Control Systems Data Link. General and Background Information: This RFI supports market research, being conducted by the Aerial Targets Branch, Target Control Systems (AFLCMC/EBYA/TCS) of the Armament Directorate at Eglin AFB, FL, for an additional and eventual replacement to the Advanced Airborne Threat Target Control System (AATTCS), formerly known as the Gulf Range Drone Control System (GRDCS), 915 MHz real time command & control data link. AATTCS is used by the Air Force and Army to track and control current Air Force Full Scale Aerial Targets (FSATs: QF-16) and Sub-Scale Aerial Targets (SSATs: BQM-167A); and track other aerial mission support participants in the fulfilment of U.S. Code Title 10 advanced missile Live Fire Test & Evaluation (LFT&E). The current AATTCS datalink is facing increasing 915 MHz interference from Federal Communications Commission (FCC) part-15 devices, which raises the noise floor, resulting in reduced open operating range; thereby placing limitations on the ability to remotely control more targets (maximum of 6, currently). The subject RFI effort is henceforth referred to as the Replacement/Alternative AATTCS datalink. � Replacement/Alternative AATTCS datalink Top Level Capabilities and System Attributes: AATTCS will require a capable, affordable, and sustainable datalink. �Preliminary assessments indicate there is an existing fielded datalink capability that, with software and firmware modifications, could be made suitable for this use.� Subsequently, with respect to this RFI, only currently fielded systems (subject to such modification) will be considered by the Government. The top-level, datalink capabilities of specific interest to the Air Force include: Capability to control the quantity of mixed targets required to support 5th/6th Gen live fire test events from multiple locations, simultaneously: Operate a mix (FSAT and SSAT) of targets simultaneously, Ten + 2 ground spares per location Operate at two test range locations simultaneously Capability to control targets at the ranges, altitudes, and within shoot boxes required to support 5th/6th generation and advanced weapons engagement scenarios: Control range from target departure/recovery point, 500 nm from Control Center independent of other target control operations Control FSAT altitude from 100 ft. AGL to 60,000 ft. AGL, with minimal reliance on range infrastructure (i.e., mission ground and/or airborne relays) Control SSAT altitude from 50 ft. AGL to 60,000 ft. AGL, with minimal reliance on range infrastructure (i.e., mission ground and/or airborne relays) Control targets within mission shoot box 45 x 70 square miles and 120 x 60 square miles Capability to control targets in close (spacing between targets) formation: Route formation co-altitude as close as 100 ft. Capability to connect to datalinks to ensure scalable throughput and range: Not reliant on fixed infrastructure, i.e., supporting an interoperable and/or mobile AATTCS Scalable data transfer/receive capability Beyond Line of Sight (BLOS) datalink - target control Capability to use multiple operational frequencies: Operating frequency compatible with range operations and range safety; encroachment avoidance techniques Capability to operate through all weather conditions: Control targets with no degradation of control capability, in all weather conditions, within limits of aircraft Capability to monitor the health and status of the target control system: Monitor health and status of the system; signal strength monitor Capability to control targets during ground movement (pre-take off/post-recovery): Control target to taxi Furthermore, RFI responses should address the following additional system attributes: Via effective allocation of mission RF relays: (1) Accommodate required aerial target pre-mission tests; (2) Ensure RF operations from the assigned mission control facility to each RF site within the range; (3) Ensure RF operations from the designated RF site(s) to the mission aerial targets and (as applicable) aerial mission participants, assuring requisite target control throughout the specified range, altitude, and shoot box requirements. Ensure operative aerial target navigation throughout the specified mission range/altitude and within designated GPS denied/degraded environments.����� Gov�t ability to load the message slots with specific uplink messages, determine the routing to the target (through allocated mission relays, i.e., assignable relays, cardinal knowledge of sites and target locations are known), receive the downlink, and gather datalink performance values on every uplink & downlink message real-time. Support simultaneous operations of the modified data link and the existing 915MHz datalink co-located at sites in adjacent racks. Support operability at locations such as: Eglin AFB, Tyndall AFB, Utah Test & Training Range, and White Sands Missile Range (WSMR).� Thus requiring DD1494 and J/F12 documents. Employ a well-documented non-proprietary architecture (waveform hardware generation) and slot timing structure, using open standards in hardware and software. Provide user capability to modify proposed datalink�s packets and routing. Incorporate the ability to process, segregate, and disseminate classified data packets using an NSA approved encrypter/decrypter. (i.e., in-line encrypter/decrypter unit, and/or encryption technique using the datalink coding & waveform).� The requirement is for encryption of target command & downlink data, but not necessarily for message header & routing information (header by-pass). Datalink such that latency from receipt of the Ethernet packet to RF transmission is no more than 2 milliseconds. Datalink such that latency from receipt of the RF downlink message to the Ethernet is no more than 2 milliseconds. Datalink should support target uplink messages, which are approximately 30 words (16-bits) at 10Hz, through the allocated mission relays.� Target downlink messages are approximately 30 words + 30 words of GPS appended to it at 10 Hz through the allocated mission relays.� Max loading is 10 target uplinks and downlinks w/GPS at 10 Hz through a single relay. Minimizing round trip datalink latency (measured full circle from the Ethernet packet, into the datalink, to the target, and back to the Ethernet packet � via allocated mission ground and/or airborne relays) is critical to maintaining controlled flight.� Currently, latency shall not exceed 30 milliseconds, round trip.� Please identify your system�s datalink latency.� If it exceeds 30 milliseconds, describe how to maintain controlled flight in the stressing environments of takeoff/landing and during high dynamic flight maneuvers. Datalink should be multi-path immune up to 4 microseconds delta path length. Datalink should include using an embedded GPS in the datalink unit or accepting a Transistor-Transistor Logic (TTL) level 1-PPS signal as necessary for message slot timing, yet also maintaining message slot timing for 2 minutes during continuous GPS outage and RF link outage. Datalink should include the ability to operate on a single selectable frequency, and have a second frequency (f2) for frequency diversity, or for independent simultaneous air & ground operations. Datalink should include, in every uplink/downlink message, path routing, signal strength, % good, and indications of which stations dropped messages. Supplemental Documents: �None Submission Details: Respondents should ensure responses address: A description of your company's current and past experience of manufacturing, delivering, and fielding datalink hardware, software, & firmware. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Technical and Contracting). A brief overview of the proposed solution, to include any applicable modifications. A technical description of the proposed solution to include: A software and hardware approach which identifies each requirement being met A list of current in-production hardware which is fielded and supporting Department of Defense (DoD) and other range operations, which lends itself to modification specifically for AATTCS use & requirements Include an assessment of the Technology Readiness Levels (TRLs) and Manufacturing Readiness Levels (MRLs) of any critical technologies needed for your solution Specifically address the ""minimum"" requirements enumerated above A schedule, which outlines software & firmware development (modifications) to the current production equipment:� Development / modification timeline Training needed� Lead-time required prior to commencing production Anticipated lot count and production rate, including production and delivery lead-times, to facilitate fielding Sufficient spares and modules (embedded processor, power supplies, receiver synthesizer, RF power amplifier), to support formal supply chain for production quantities Identify business practices or approaches to encourage rapid acquisition, faster adoption of technology, and bring creative and non-traditional approaches into the solution space: Specifically speak to the potential suitability of the solution to Middle Tier of Acquisition (Section 804 of the National Defense Authorization Act for Fiscal Year 2016) rapid fielding and rapid prototyping A Rough Order of Magnitude estimate on the total development / modification cost, anticipated production unit price, and sustainment cost. Responses The Classification Code is 59 - Electrical and electronic equipment components. The NAICS Code assigned to this RFI is 334511 -- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. Interested parties are requested to submit a white paper not to exceed 30 pages (single-sided, single-spaced pages, 12-point font, and � inch margins, in Microsoft� Word). The white papers will be formatted as follows: Section A: Title, Name of Company, mailing address, overnight delivery address (if different from mailing address), CAGE code, DUNS number, phone number, both unclassified and SIPRNet email of designated point of contact, and Background/Brief history highlighting past relevant experience on similar systems; Section B: Company's Approach/Solution; Section C: System Description focusing on key attributes and technical maturity; Section D: Proposed Schedule Section E: Rough Order of Magnitude Cost Estimate In addition to the white paper, you may provide up to 25 (twenty-five) PowerPoint or similar graphical charts to further explain your concepts and an operational view (OV1) that provides a high level graphical and textual description of your system design and/or operational concept. All respondents are requested to indicate in Section A, if they are a US company, large business, small business, or small disadvantaged business IAW section 8(a) of the Small Business Act, as amended (15 U.S.C. 637(a)), or women-owned small business as describe by NAICS code 334511. Please address what portion (type / percentage) of work would be subcontracted, including portions intended for socio-economic concerns of interest to the Government. Respondents are further requested to indicate in Section A their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Those desiring to do business with the Air Force must be registered in the Government's System for Award Management (SAM) located at https://www.sam.gov. White papers which meet the desired characteristics of the Replacement Target Control Systems Data Link (mentioned above) and include the Submission Details (also mentioned above) are due no later than 14 Sep 2020, 4:00 PM Central Daylight Time. Unclassified responses shall be submitted via secure email only Contracting Officer, Tarra M. Woelfle (PCO) at 850-883-3743, tarra.woelfle@us.af.mil. Interested companies MUST have an active SECRET facility clearance and storage to participate. No industry day is scheduled or anticipated at present. Unclassified responses are encouraged to the maximum extent practicable; however, if brief, classified, support is viewed as critical, please contact the Government for a SIPRNET address. Format instructions apply to any SIPRNET responses, and such submissions will be included in the page limitation. Proprietary information, if any, MUST BE CLEARLY MARKED on the outside container and on the materials inside. The Government shall not be liable for or suffer any consequential damages for release of any proprietary information not properly identified. Please be advised that all submissions become Government property and will not be returned. All information received in response to this RFI that is properly marked as ""Proprietary"" will be handled accordingly. The Government will post the subject RFI to the Beta SAM.Gov website by 13 Jul 2020.� All respondent questions related to this RFI should be submitted NLT 10 Aug 2020, 4:00 PM Central Daylight Time.� In turn, the Government will reply to all respondent questions by 17 Aug 2020.� Final respondent white papers and related graphical/textual descriptive data should be submitted to the Government NLT 14 Sep 2020, 4:00 PM Central Daylight Time. Questions regarding this announcement shall be submitted in writing by email to the Procuring Contracting Officer, email address, tarra.woelfle@us.af.mil.� Verbal questions will NOT be accepted.� Questions will be answered by posting answers to the Beta SAM.Gov website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 10 Aug 2020, 4:00 PM Central Daylight Time will be answered. The Government will have a Technical Library available for interested Respondents. The library will be hosted on the Government�s Automated Technology Information Management System (ATIMS) and will contain select elements of the technical data package (TDP) associated with the Government�s current datalink system, the AATTCS.� Respondent access to the Technical Library on ATIMS can be established via the instructions detailed within the �RFI Tech Library Access via ATIMS Instructions�, attached. Please note that access to ATIMS requires a DoD Common Access Card (CAC). Respondents are advised that technical and cost/price data submitted to the Government in response to this RFI may be released to Government contracted advisors for review and analysis. Should there be an objection to this envisioned disclosure of white paper information, please contact the PCO immediately in writing with the basis of the objection. If you do not contact the PCO, you understand technical and cost/price data submitted to the Government in response to this RFI may be released to Government contracted advisors and consent to the release of any proprietary, confidential, or privileged commercial or financial data provided in response to this RFI for Government contracted review and analysis. Governing support contracts include DFARS clause 252.227-7025, Limitations on the Use or Disclosure of Government-Furnished Information Marked with Restricted Legends. Accordingly, said contractors are considered Covered Government support contractors and will only access information for the sole purpose of furnishing independent and impartial advice or technical assistance to the Government. Similarly, the support contractor will take all reasonable steps to protect the sensitive data from unauthorized release or disclosure. Respondents who choose to enter into a specific NDA arrangement with the covered support contractor, please contact the Primary Point of Contact listed below. The responsibilities rest with the respective contractors, and the Government is not responsible for obtaining copies of executed NDAs. The Government office is not set-up to partition access to responses and any response submitted will the Government will assume the respondent is authorizing release to the Covered Government support contractors. THIS IS A REQUEST FOR INFORMATION ONLY to understand potential industry solutions. The U.S. Government has made no final solicitation decision regarding eventual procurement or by what means such a solicitation, if any, would be handled (FAR based procurement or other transactions). The information provided in this RFI is subject to change and is not binding upon the U.S. Government. The U.S. Government 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 costs for which reimbursement would be required or sought. All submissions become U.S. Government property and will not be returned. Appendix: NONE Type: Other (Draft RFPs/RFIs, Responses to Questions, etc.) Posted Date: �13 July 2020 Contracting Office Address: AFLCMC/EBYA, 207 West D Ave, Bldg 349 Eglin AFB, Florida 32542 United States Place of Performance: 207 West D Avenue Bldg. 349 Suite 122 Eglin AFB, FL 32542 Niceville, Florida United States Primary Point of Contact: Tarra M. Woelfle Procuring Contracting Officer tarra.woelfle@us.af.mil Phone: 850-883-3743 FINAL (2020-07-13) - RFI for Replacement Target Control Systems Data Link, with dates updated: Post to the Beta SAM.Gov website by 13 Jul 2020 Respondent questions submitted NLT 10 Aug 2020 Government reply to respondent questions by 17 Aug 2020 Final respondent white papers and related graphical/textual descriptive data submitted NLT 14 Sep 2020
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4b525f94d9cd4544bf0f881596436e4c/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN05719690-F 20200715/200713230153 (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 |