Maryland Bids > Bid Detail

REQUEST FOR INFORMATION - Secure But Unclassified (SBU) Radio

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159070535909254
Posted Date: Dec 9, 2022
Due Date: Jan 9, 2023
Solicitation No: W15P7T-23-R-SBU1
Source: https://sam.gov/opp/6753177cb6...
Follow
REQUEST FOR INFORMATION - Secure But Unclassified (SBU) Radio
Active
Contract Opportunity
Notice ID
W15P7T-23-R-SBU1
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 09, 2022 05:06 pm EST
  • Original Response Date: Jan 09, 2023 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5820 - RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

1. Description



1.1 The Project Manager for Tactical Radios (PM TR) seeks industry interest regarding availability of SBU Radios to support data and voice service to meet transport requirements for platoon-level dismounted soldiers. The primary focus will be within the platoon echelon and area of operation. Consideration factors include commercial Federal Information Processing Standards (FIPS) 140-2 and/or National Security Agency (NSA) encryption, moderate to low data rates, minimal spectrum impact/needs, single and/or multiple Talk Groups, cost, and size/weight. The SBU radio will support data and voice integration with the Integrated Tactical Network (ITN). The SBU radio will support and integrate with Nett Warrior or similar system. The SBU Radio will support mobility operation in contested environment and diverse field terrain: direct line of sight, foliage, and urban environment. The SBU radio salient characteristics are the ability to operate securely by supporting FIPS140-2 within a 1.25MHz channel bandwidth to support a platoon size network.



1.2 THIS IS NOT A SOLICITATION: The Government is not obligated to make an award as a result of this request. This Request for Information (RFI) is for informational purposes only; this is not an Invitation for Bid (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document exists, and a formal solicitation will not be issued by the Government because of the responses to this RFI. The Government will not be liable for payment of any preparation expenses in response to this RFI and is in no way obligated by the information received. Any costs incurred by interested companies in response to, or as a result of, this announcement will NOT be reimbursed. The information provided will be used by the Government for the purpose of conducting market research. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. It is the responsibility of the interested parties to monitor the website for additional information pertaining to this RFI.



2. Background



The Army desires for consideration a low cost, voice, and limited data radio to facilitate platoon command and control operations and situational awareness. The envisioned purpose of this radio is to bridge the gap between expensive higher order tactical transport networks and Soldiers operating at the tactical edge. While not mandated, NSA encryption is permissible. The ability to operate with minimal impact to limited spectrum is strongly desired. Within the platoon formation, data needs consist mainly of position reports and text. A small form factor with long battery life is needed to reduce the physical burden on dismounted Soldiers.



3. Requirements



3.1 Delivery Date: PM TR anticipates the need for 30 receiver/transmitters and ancillaries delivered during the week of 23 – 27 Jan 2023 for proof-of-concept experimentation.



4. Responses



4.1 White Paper: Interested parties are required to respond to this RFI with a white paper. White papers shall be in Microsoft Word for Office 2000 compatible format. Respondents are asked to provide the information requested in paragraph 4.3, and to address the questions posed in paragraph 4.4. Respondents may provide supporting documentation along with their submissions. Responses shall be limited no more than 15 pages for the entire submission (including company information, answers to technical questions, supporting documentation, etc.) Responses are due NLT 09 Jan 2023, 12:00 PM, Eastern Standard Time (EST) and must be submitted via e-mail only to the Government Points of Contact (POCs): curtissa.m.bond.civ@army.mil, nikiya.s.walden.civ@army.mil and sharon.a.peterson15.civ@army.mil.



4.2 Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. In addition to Government civilians, Government support contractors may review and evaluate the whitepaper submission. If any respondent does not currently have a Proprietary Data Protection Agreement (PDPA) that would permit the support contractors listed below to review and evaluate white papers submitted in response to this RFI, the respondent is requested to sign PDPAs with these support contractors for this purpose. The following is a list of support contractor Points of Contacts who will review the responses.



Contract No.: W15P7T-17-D-0147, Task Order Number: W15P7T-19-F0001

Contractor: Netwerx, LLC

Handheld Manpack Small Form Fit (HMS) Lead Engineer:

Alan Clayton, alan.b.clayton.ctr@army.mil, (858) 212-4987



Contract No.: W15P7T-17-D-0147, Task Order Number: W15P7T-19-F0001



Contractor: Sev1Tech, LLC



IVAS Radio Test Engineer:



John Tipton, john.d.tipton15.ctr@army.mil, (302) 388-3278



Radio FSR:



Robert Dalton, robert.m.dalton.ctr@army.mil, 931-494-7607



Contract Manager: Kate Giebler, kate.giebler@sev1tech.com, (703) 662-9778



Contract Number: W15P7T-14-D-A210



Task Order Number: W56KGU18F0009



Contractor: Booz Allen Hamilton



Sr. Wireless Communications Engineer: Jack Burbank, jack.l.burbank.ctr@army.mil, Office: (443) 395-7623



Senior Software Engineer: Brian Little, brian.w.little10.ctr@army.mil, Office: (443) 395-7582



Contract Manager: Greg Ropinski, gregory.t.ropiski.civ@army.mil, Office (443) 866-1025



Sub-Contract Number: 1082-S6-OTA-90001



Task Order Number: N/A



Contractor: Sherpa 6, Inc.



Radio FSR: Kenric Yazzie, kenric.yazzie.ctr@army.mil, 360-481-1326



Contract Manager: Coghlan, Mo, mcoghlan@sherpa6.com, 703-260-8188 x188



Agreements Officer Rep (AOR): Alison Peters, alison.l.peters.civ@army.mil, (703) 704-2149



Contract No.: W15P7T-17-D-0147, Task Order Number: W15P7T-19-F0001



Contractor: NetSEA Technologies, LLC



ITN Test Engineer Cory Blommers, cory.s.blommers.ctr@mail.mil, 254-702-5221



Contract Manager: Michael Zezza, mzezza@netseatechnologies.com, 732-615-8856



OTA No: W15QKN-15-9-1004 (National Spectrum Consortium) / Project Number: NSC-19-9000



Augustine Consulting Inc



OTA Project Manager: Theresa West, twest@aciedge.com; (856) 465-5338



Agreements Officer Rep (AOR): Alison Peters, alison.l.peters.civ@army.mil, (703) 704-2149



4.3 Company Information. The response should provide the following information:



i. Contact Information: Company name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact.



ii. Security Clearance: State the security clearance level of the company facility.



4.4 Technical Questions. Respond to the following questions:



4.4.1 – Describe the current ability of your solution to meet description in Section 1.



4.4.2 – Describe your radio/waveform and its ability to provide data and voice service.



4.4.3 – Describe your radio/waveform and its ability to support integration with Nett Warrior and Integrated Tactical Network (ITN). In regard to ITN Integration describe data and voice integration: For voice integration, i.e., crossbanding and data integration i.e. gateways.



4.4.4 – Describe any testing you have conducted on your proposed solution for mobility dismount movement operation.



4.4.5 – Describe any testing you have conducted on your proposed solution for diverse field terrain range performance.



4.4.6 – Describe any testing you have conducted on your proposed solution e.g., Environmental, Electromagnetic Environmental Effects (E3), Electromagnetic Interference (EMI)/Electromagnetic Compatibility (EMC), interoperability, performance.



4.4.7 – Provide a brief description of your approach to software/waveform updates and integration of new capabilities.



4.4.9 – Describe your product warranty if any.



4.4.10 – Describe ability to provide 30 radios bailed to the government for proof-of-concept pilot by beginning of 3 Jan 2023.



4.4.11 – Is the product FIPS 140-2 accredited?



4.4.12 – See Attachment entitled, “Paragraph 4.4.12 Attributes & Descriptions”.



5. Meetings and Discussions



The Government representatives may or may not choose to meet with respondents to this RFI. Such meetings and discussions would only be intended to get further clarification of potential capability to meet the requirements.



6. Questions



Questions regarding this announcement shall be submitted in writing via e-mail, NLT 19 Dec 2022, 12:00 PM EST, to the following Government POCs: curtissa.m.bond.civ@army.mil, nikiya.s.walden.civ@army.mil and sharon.a.peterson15.civ@army.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information.



7. Summary



THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Secure But Unclassified Radios. The information provided in the RFI is subject to change and is not binding on the Government. The Army 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 cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.


Attachments/Links
Contact Information
Contracting Office Address
  • HQ CECOM CONTRACTING CENTER 6565 SURVEILLANCE LOOP
  • ABERDEEN PROVING GROU , MD 21005-1846
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 09, 2022 05:06 pm ESTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >