SOURCES SOUGHT
58 -- NAWCAD WOLF Tactical Intercommunications System
- Notice Date
- 2/8/2021 6:15:28 AM
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833521RFI0125
- Response Due
- 2/16/2021 8:00:00 AM
- Archive Date
- 03/03/2021
- Point of Contact
- Shara Ruth, Phone: 7323231096
- E-Mail Address
-
shara.ruth@navy.mil
(shara.ruth@navy.mil)
- Description
- Request for Information (RFI) Tactical Intercommunications System (ICS) Naval Air Warfare Center Webster Outlying Field ______________________________________________________________________________ � RFI Number:� N68335-21-RFI-0125 Classification Code:� 5820; Radio and Television Communication Equipment, Except Airborne NAICS Code(s):� 334220 � Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. � BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center (NAWC) Webster Outlying Field (WOLF) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf (COTS) Tactical Intercommunications System (ICS). This system shall include the following: Radio Over Internet Protocol (ROIP) Functionality � The Tactical ICS shall provide the ability to distribute multiple radio and telephone communication circuits over IP to co-located or distant sources. The ROIP functionality shall be tolerant of high latency communication links, such as Ku band satellite circuits. Audio Intercom Functionality � The Tactical ICS shall provide audio intercom crew stations that have the ability to distribute radio communications in an operation center environment without the need for each customer to have a radio. Multiple audio intercom channels are required. � Radio Crossbanding Functionality � The Tactical ICS shall provide the ability to connect different radio and telephone systems that would otherwise be unable to communicate. For example, connect the audio from a radio on one frequency to a second radio on a different frequency. Supported Devices � The Tactical ICS is anticipated to support communications between the following devices: Motorola APX8000XE, Motorola APX8500, Motorola XTS5000, Motorola XTL5000, Harris XL 200P, Harris 100M, Harris AN/PRC- 117F, Harris AN/PRC-117G, Harris AN/PRC-152, and Harris AN/PRC-152A radios, Motorola XTS and APX Vehicular Adapters, Samsung Galaxy S8 phones, MICOM HF radios, Cisco Call Manager, SIP end user devices, Microsoft Windows 10 clients, and JPS ACU-1000/2000/5000 equipment. � DoD Compliant Network Security � The Tactical ICS shall comply with DoD network security requirements for operation on the NIPRNet. All Tactical ICS cell phone applications shall be approved for DoD cell phone use by DISA. It is desired that all audio between Tactical ICS equipment shall be encrypted using the Advanced Encryption Standard per International Electrotechnical Commission standard 18033-3. � Support a Full-Time Duty Cycle � The Tactical ICS shall support operation on a full time, 24x7 basis, while connected to the NIPRNet. Rugged, Lightweight Construction � The Tactical ICS shall be designed and manufactured for field use by military personnel operating in vehicles, in trailers, in tent type shelters, and on foot for use in the United States and U.S. territories. � Level of Effort � A total of approximately 75 Tactical ICSs are planned. � While the ideal Tactical ICS will consist of hardware and software from a single manufacturer, NAWC WOLF acknowledges that many vendors provide solutions that satisfy a subset of the Tactical ICS requirements. As such, NAWC WOLF requests that vendors provide information on their products and solutions that meet any portion of the three (3) primary requirements: ROIP, Audio Intercom, and Radio Crossbanding. � RESPONSES Requested Information Section 1 of the response shall provide administrative information and shall include the following as a minimum: Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). � Country of origin for main component(s). Section 2 of the response shall provide technical information and shall include, at a minimum, information on the following characteristics: Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned TECHNICAL REQUIREMENTS. Reponses that include information detailing potential tradeoffs or alternative solutions are encouraged. Respondents shall include in their submission a detailed description of any/all of the following components/capabilities that their solution utilizes/provides: � Overall architecture, clearly indicating which of the requirements listed under the TECHNICAL REQUIREMENTS can be achieved by the proposed Tactical ICS solution Radio gateway and methods to interconnect multiple gateways Audio intercom stations Number of intercom channels supported Radio crossbanding capabilities and limitations Radio and cell phone interfaces and software Radio control capabilities and limitations Network, equipment, and software security Input/output interfaces for each piece of equipment (hard-wired and wireless) Number of nets supported Number of radios supported for cross-banding functionality Maximum number of supported ROIP/VOIP users Maximum number of supported audio intercom crew station users Maximum number of supported cell phone users Maximum number of supported computer users Ability to manipulate audio levels Available accessories (headsets, speaker mics, PTT buttons, etc.) All software, including operating systems and integrated external applications Software/firmware update process and duration Audio recording capabilities Ability to provision different devices for different levels of control Ability to operate locally without requiring network connectivity Timeframe for setup and operational readiness Push To Talk (PTT) functionalities (hardware and software) Operating and storage temperature ranges List of communication devices supported (radios, phones, handsets, etc.) Encryption capabilities/standards List of achieved government, industry, and environmental certifications and standards (Audio CODECs, IEEE standards, MIL-STD-810 compliance, DISA Security Technical Implementation Guides [STIGs], etc.). MIL-STD-810 related responses shall list the specific environmental characteristics met Mean Time Between Failures (MTBF) data for core system components Power requirements Dimensions of any rack-mounted equipment Display/user interface options Licensing information � per user and Enterprise level Warranties � standard and optional Clear indication whether the item is currently available to order, or further development is required � If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. It would be helpful if a sponsor POC could be identified for each program, with email address and phone number. � The Government is interested in receiving vendors� price lists for items they believe meet the requirements defined in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. � Respondents should include a list of authorized distributors for the proposed solution. � ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s).� The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.� Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Beta System for Award Management (Beta SAM) website: www.beta.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties are requested to respond to this RFI in a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail only to shara.ruth@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 16 February 2021, 11:00 A.M. EST. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the Beta System for Award Management (Beta SAM) website: www.beta.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1148faaeb140421db109ff4b37cd4f6b/view)
- Record
- SN05911446-F 20210210/210208230113 (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 |