Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2020 SAM #6943
SOURCES SOUGHT

59 -- RFI for Target Control Systems Upgrade

Notice Date
11/30/2020 7:55:51 AM
 
Notice Type
Sources Sought
 
NAICS
334 —
 
Contracting Office
FA8678 AFLCMC EBYK EGLIN AFB FL 32542-6895 USA
 
ZIP Code
32542-6895
 
Solicitation Number
FA867821R0003
 
Response Due
1/25/2021 2:00:00 PM
 
Archive Date
02/25/2021
 
Point of Contact
Tarra Woelfle
 
E-Mail Address
tarra.woelfle@us.af.mil
(tarra.woelfle@us.af.mil)
 
Description
RFI for Target Control Systems Upgrade Solicitation Number: FA867821R0003 Agency: Department of the Air Force Office: Air Force Materiel Command Location: AFLCMC/EBA - Eglin Notice Type:� Sources Sought Posted Date:� on or before�Dec 4, 2020 Response Date: Mar 15, 2021, 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: 5999 - Miscellaneous Electrical and Electronic Components Synopsis: Request for Information (RFI) for a Target Control Systems (TCS) Upgrade. This Request for Information (RFI) supports Government information gathering on current industry suppliers of existing, fielded, system capabilities that, with limited modification (software and/or firmware), could fulfill the top-level system capabilities and (as applicable) additional system considerations 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 Target Control Systems Upgrade. General and Background Information: This RFI supports market research, being conducted by the Aerial Targets Branch, Target Control Systems Program (AFLCMC/EBA/TCS) of the Armament Directorate at Eglin AFB, FL, for an additional and eventual upgrade 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 Target Control Systems (TCS) Upgrade. � TCS Upgrade Top Level Capabilities and System Considerations: The TCS Upgrade will require capable, affordable, and sustainable threat & target track/control capabilities. �Preliminary assessments indicate there is an existing fielded system 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, threat & target track/control capabilities of specific interest to the Air Force are divided into the following capability categories: Datalink Situational Awareness (SA) and Communications (COMM) Operations (OPS) and Interoperability (Interop) These capability categories are detailed within the following sections. Respondents should provide information (to include an estimated measure) on the capacity of their existing system to fulfill the capabilities/considerations addressed in the sections below and (as applicable) an estimate of effort required to modify their existing system to fulfill these Government needs.� Please Note: As additional support data, each capability description is preceded with an indicator (i.e. P-xx, 01 thru 22) designating the Government�s �priority� assigned to that capability. Datalink. Please Note: Datalink system requirements are further divided into top-level capabilities and additional system considerations: Top-Level Capabilities: P-01: 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 & SSAT) of targets simultaneously, Ten + 2 ground spares per location From one Government test range, operate/control targets at two separate test range locations simultaneously P-02: 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 P-04: Capability to control targets in close (spacing between targets) formation: Route formation co-altitude as close as 100 ft. P-05: 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 P-06: Capability to use multiple operational frequencies: Operating frequency compatible with Government range operations and range safety; encroachment avoidance techniques P-09: Capability to operate through all weather conditions: Control targets with no degradation of control capability, in all weather conditions, within limits of aircraft P-12: Capability to monitor the health and status of the target control system: Monitor health and status of the system; signal strength monitor P-18: Capability to control targets during ground movement (pre-take off/post-recovery): Control target to taxi Additional System Considerations: RFI responses should additionally address: Ensure operative aerial target navigation throughout the specified mission range/altitude and within designated GPS denied/degraded environments.���� Provide capacity to load message slots with specific uplink messages, and to determine the routing of messages to the target, through allocated mission relays, i.e., assignable relays, with knowledge of range sites and target locations. 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 open systems architecture in hardware, software, and interfaces to the maximum extent possible. Provide user capability to modify proposed datalink�s packets and routing. Identify whether proposed solution has provisions for incorporating NSA approved encryption/decryption in the datalink between ground command/control infrastructure and aerial targets. Datalink latency is critical to aerial target employment.� Describe the datalink latencies inherent within each segment, uplink and downlink, of the system architecture proposed. Datalink bandwidth is critical to aerial target employment.� Datalinks should support target uplink messages approximating 30 words (16-bits) at 10Hz, through allocated mission relays.� Datalinks should support target downlink messages approximating 30 words (16-bits) at 10 Hz through allocated mission relays.� In addition, it would be advantageous to have 30 words (16-bits) of GPS data appended to each downlink message.� Max loading is 10 target uplinks and downlinks w/GPS at 10 Hz through a single relay. Minimizing round trip datalink latency is critical to maintaining controlled flight of aerial targets.� Currently, 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) 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. Datalink should include use of an embedded GPS or externally provided 1-PPS signal to maintain message slot timing. Datalink should maintain message slot timing for 2 minutes during periods of GPS and/or 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 provide health and status information in every uplink/downlink message to include: path routing, signal strength, % good, and indications of which stations dropped messages. SA and COMM. P-07: Capability to provide two-way voice communications at one Government test range between target control operators at different locations on that test range and with other participants: Use of Ultra High Frequency (UHF) radios Use of Beyond Line of Sight (BLOS) radios Use of Very High Frequency (VHF) radios Use of secure voice enabled radios P-08: Capability to display weather and Time Space Position Information (TSPI) data for other mission participants: Display Weather Data Display number of shooters, up to twelve (6 per scenario) Display number of maritime participants (recovery boats), up to two Display number of missiles, up to 24 (two per shooter) P-10: Capability to record voice: Record mission voice data P-11: Capability to connect to data streams used to build an integrated air and surface picture: Integrate with range cabled networks; Radio Frequency (RF) networks; satellite networks Integrate with classified networks using multi-level security in accordance with (IAW) current Risk Management Framework (RMF) requirements Integrate with range target tracking radars and/or ATC (Air Traffic Control) Integrate with datalink connection to telemetry platform(s) P-15: Capability to synchronize mission playback: Synchronize and display playback of mission P-17: Capability to integrate and test additional capabilities in the TCS: Integrate additional capability within six months, modular delivery P-21: Capability for target control operators to customize displays: Configurable to custom preferences Realistic cockpit display P-22: Capability to display on-board target missile scoring data real time: Display available missile scoring data from scoring system OPS and Interop. P-03: Capability to select all on-board target payload modes during test event execution in real time: Select any combination of all payload modes P-13: Capability to follow terrain autonomously: Capacity for autonomous terrain following P-14: Capability to support live fire missions at all locations with sufficient resources and personnel: Support management of target control during testing event at multiple ranges and facilities Qualified personnel at all facilities to support target control operations P-16: Capability to connect remote target control consoles to the target control network: Connect remotely to the network P-19: Capability to run concurrent missions: Run four serial or concurrent missions per day Execute simultaneously mission simulation and mission P-20: Capability to integrate with other services: Integrate multi-service interoperability 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 related hardware, software, & firmware. Include contract numbers, a brief description of the work performed to include assessed Capability Maturity Model Integration (CMMI) level and� applicable certification date, 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 capabilities 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 30 (thirty) 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, Small Disadvantaged Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Woman Owned Small Business or Historically Underutilized Business Zone (HUBZone) Business in accordance with the size standard associated with NAICS code 33451.� 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 Target Control Systems (TCS) Upgrade (mentioned above) and include the Submission Details (also mentioned above) are due no later than 15 Mar 2021, 4:00 PM Central Daylight Time. Unclassified responses shall be submitted via secure email only Contracting Officer, Tarra M. Woelfle (PCO) at, 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 4 Dec 2021.� All respondent questions related to this RFI should be submitted NLT 25 Jan 2021, 4:00 PM Central Daylight Time.� In turn, the Government will reply to all respondent questions by 18 Feb 2021.� Final respondent white papers and related graphical/textual descriptive data should be submitted to the Government NLT 15 Mar 2021, 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 25 Jan 2021, 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 TCS 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:� on or before�4 December 2020 Contracting Office Address: AFLCMC/EBA, 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 � COMBINED ACC CBA Capabilities (2020-11-19) - RFI for Target Control Systems Upgrade, with proposed dates: Post to the Beta SAM.Gov website by 4 Dec 2020 Respondent questions submitted NLT 25 Jan 2021 Government reply to respondent questions by 18 Feb 2021 Final respondent white papers and related graphical/textual descriptive data submitted NLT 15 Mar 2021 This description is attached as a word doc.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7a15ca4afccb48038da03a738e44203b/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN05862917-F 20201202/201130230148 (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 |
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.