Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2021 SAM #7119
SOURCES SOUGHT

58 -- Modernized Aviation Link-16 Radio

Notice Date
5/27/2021 12:03:06 PM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56JSR-21-RFI-Link16
 
Response Due
6/4/2021 8:00:00 AM
 
Archive Date
06/19/2021
 
Point of Contact
Major Justin Kuhlmann, Mr. Fabian McAlpine
 
E-Mail Address
Justin.m.kuhlmann.mil@mail.mil, Fabian.r.mcalpine.civ@mail.mil
(Justin.m.kuhlmann.mil@mail.mil, Fabian.r.mcalpine.civ@mail.mil)
 
Description
RFI for Modernized Aviation Link-16 Radio 1. NOTICE This Request for Information (RFI) is issued for informational purposes and market research only, it does not constitute a solicitation. The Government will not reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting. The information provided may be used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response. 2. SCOPE The United States (US) Army Program Executive Office (PEO) Aviation, Product Manager Aerial Communication & Mission Command (PM ACMC) in coordination with Program Executive Office (PEO) Command, Control, Communications-Tactical (C3T) is conducting market research to identify possible sources capable of providing a modernized Link-16 Radio for Army rotary, fixed wing, Unmanned Aerial Systems (UAS), and Future Vertical Lift (FVL) aircraft. 3. INSTRUCTIONS TO POTENTIAL RESPONDENTS Interested parties who desire to participate in this RFI are encouraged to submit responses that demonstrate they presently have the experience and devices with the technology maturity to answer this RFI. Responses shall include the following information and address the topics enumerated below. 3.1 RESPONDENT DATA a. Company Name b. Address c. Point of Contact (include phone number and email address) d. CAGE Code e. Web Page URL f. State the country of ownership for the company. g. State whether the company is a non-traditional defense contractor Please note the identified NAICS and PSC may be subject to change. 4. PERFORMANCE REQUIREMENTS Describe products manufactured by your company to meet the performance requirements shown below. If any part of this proposal requires a development effort, clearly describe the approach and estimated timeline. Explain where the unit is not compliant with the requirements below and discuss any plans to gain compliance along with the timeline. 4.1 APPLICABLE DOCUMENTS Please see attachment 0001, ""Applicable Documents"" 4.2 SYSTEM DESCRIPTION A) Physical Characteristics and Performance Capabilities Describe the configuration of your proposed solution.� Include: Number of channels � if more than one, describe the waveforms supported on each non-Link-16 channel and if any additional equipment is needed to support the full frequency band of each waveform. Number of power amplifiers � indicate if internal or external to the RT, the peak and average power of each power amplifier, and whether the power is sufficient to achieve an air-to-air threshold range of 200 nautical miles and air-to-ground threshold range of 60 kilometers.� Indicate maximum ranges, whether due to power or waveform limitations, if these ranges are not attainable.� Indicate assumed path and platform losses.� Assume necessary line-of-sight geometries are present for these range estimates. Number of other ancillaries by channel.� If devices such as tablets or kneeboards are included, indicate if they are NVIS compatible per MIL-STD-3009. Number and type of ports (e.g., data/audio I/O, control, discrete, antenna, key fill, Ethernet, MIL-STD-1553, serial, RF). Dimensions of each major component (e.g., RT, PA(s), power conditioning). Any mounting hardware required (e.g., shock isolators, cooling plates). Total weight of all components of your proposed solution. Provide an itemized list of individual components by name, weight, size and total quantity along with the total assembly weight. Input power requirements of your proposed solution.� Include voltage and current.� Indicate frequency if AC is accepted. Roadmap for reducing size and weight of your proposed solution. Cooling methods used on proposed solution. Describe the Link-16 platform interface(s) supported (e.g., Platform A, Platform J) and describe how the Link-16 platform architecture supports deployment on future yet-to-be defined platforms. Provide the Mean Time Between Failure (MTBF) of your proposed solution and describe how the MTBF was determined.� Note that the Army considers MIL-HDBK-217F an unacceptable source for reliability estimates. Describe how the system architecture of the proposed solution would operate functionally and physically in PEO Aviation�s Open System Architecture (MOSA). Describe any experience with the Hardware Open Systems Technologies (HOST) Technical Standard and how the standard can be applied to the Link-16 solution. Describe how the solution can be deployed as a standalone radio chassis or card inside a third-party software defined radio chassis (SRDC). ����������� i. Explain past experience with similar Department of Defense (DoD) implementations and lessons learned from past experiences. ����������� ii. Explain advantages/disadvantages to a card-based approach vs. standalone approach. Include a comparison of cost (non-recurring, recurring production, and sustainment) and schedule (development, qualification, and production lead times) between these two approaches. Describe knowledge and experience with Army FVL Architecture Framework (FAF) and participation in the Architecture Collaboration Working Group. Describe how the Link-16 solution can be developed and described using Model-Based System Engineering (MBSE) methodologies IAW the FVL Architecture Framework (FAF). Describe knowledge and experience in product line engineering (PLE). Describe how the solution can be instantiated across different platforms using (PLE) approach to support variations of SWAP-C, specific Concept of Operations (CONOPS) and Concept of Employment (CONEMP) driving performance requirement variations, and message set variation across different platforms. Describe how the proposed solution conforms as a Future Airborne Capability Environment (FACE) Unit of Conformance (UoC) in the Portable Component Segment (PCS) to the FACE Technical Standard, Edition 3.1. Describe the rights for the external interface, external configuration, external behavior, and external properties. If other than Government Purpose Rights (GPR), provide an explanation. Describe experience and plans for certification of the Link-16 solution to get approval to operate. B) Compliance with Mandates Verify that your solution has been certified for high assurance operation in Link-16 crypto modernized networks beginning 1 January 2022 and is backwards compatible with current Link-16 systems within the Department of Defense. Verify that your solution implements the Link-16 advanced capabilities of Concurrent Multi-Netting (CMN), Concurrent Contention Receive (CCR), and Enhanced Throughput (ET). Describe how many simultaneous receptions are supported by your CMN and CCR implementations.� In an appendix or separate section, include any recommendations you may have for how to relay multiple receptions. Describe the ET modes supported by your implementation. Describe the status of the EMC Features certification for the Link-16 channel in your proposed solution. Describe the status of meeting the FAA frequency remapping mandate and provide timeline to implement if not currently met. 4.3 ENVIRONMENTAL Describe the control�s compliance with the following environmental specifications and specified tests below. If not compliant, discuss future plans to gain compliance. A) Requirements for the Control of Electromagnetic Interference (EMI) Characteristics of subsystems, equipment, all ancillaries for EMI / Radio Frequency Interference (RFI) requirements defined in MIL-STD-461G and MIL-STD-464D, as modified by ADS-37A-PRF. B) Indicate results of testing and the method(s) from MIL-STD-810H that were used to test the following: Altitude: 55,000 Operational temperature: -54 to +71 C Thermal Shock: -85 to +55 C Humidity: <= 95% Dripping Rain Salt Fog Sand and Dust Fungus Shock and Crash Safety Explosive Atmosphere Decompression Vibration Acceleration C) Human Factors IAW MIL-STD-1472H. �Include: Results of voice recognition/intelligibility testing using Modified Rhyme Tests. Sound levels of components such as cooling fan(s) included with your proposed solution. Human factors characteristics of any displays included with your proposed solution. How your proposed solution is designed for maintainability. 5. RESPONSES, COMMUNCIATIONS, AND ADDITIONAL CONSIDERATIONS: a. The Government may contact respondents to obtain additional information or clarification in order to fully understand a company's response. This may include discussions, site visits, demonstrations, etc. to further the Government's understanding of a proposed solution, as well as a company's understanding of the Government's requirements. b. Responses shall not exceed 20 pages (including any cover page). Include technical and descriptive text, functional block diagrams, and illustrations to provide sufficient detail. The submitted documentation becomes the property of the United States Government and will not be returned. c. Respondents shall clearly mark proprietary data with the appropriate markings. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. Any material that is not marked will be considered publicly releasable. d. When submitting a response, please be aware that the Army 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 Agreements (NDAs). e. Responses are due electronically by 4 June 2021 NLT 11:00 am ET via email to the following (must include responses to both officials): Name: Major Justin Kuhlmann Title: APM Organization: PdM ACMC, PM Aviation Mission Systems and Architecture (AMSA), PEO Aviation Email: Justin.m.kuhlmann.mil@mail.mil Name: Ms. Carey Roberts Title: System Acquisition Manager (SAM) Organization: PdM ACMC, PM Aviation Mission Systems and Architecture (AMSA), PEO Aviation Email: carey.r.roberts.civ@mail.mil Name: Mr. Fabian McAlpine Title: APM Organization, PdM HAMMR, PM Tactical Radio, PEO C3T Email: Fabian.r.mcalpine.civ@mail.mil Contractors shall not contact any Government personnel regarding this RFI other than the individuals designated above. Contacting any Government personnel other than the individual designated above may result in an organizational conflict of interest (OCI) and may result in a contractor being excluded from the competition and consideration for award. f. Subject line must read RFI for Modernized Link-16 Aircraft Radio -[Company Name].Example: RFI for Modernized Link-16 Aircraft Radio -ABC Inc. g. For more information on this RFI, please contact the point of contact identified above. E-mail communication is preferred. 6. DISCLAIMER This RFI is not a request for proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this RFI. This RFI is for market research purposes only, and the US reserves the right to use the funding arrangement or contract type most appropriate for the effort in subsequent solicitations. Potential funding instruments include, but are not limited to: Procurement Contracts consistent with 31 U.S.C 6303 or Other Transaction for Prototype (OTA) consistent with 10 U.S.C. 2371 (as supplemented by Section 845 of Public Law 104-201 and Section 804 of Public Law 104-201) and 10 U.S.C. 2371b. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3,""Request for Information or Solicitation for Planning Purposes"", is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked ""Proprietary"" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f329fe22ecd3482a9a3ae3d1e351bb11/view)
 
Record
SN06015830-F 20210529/210527230116 (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.