22 February 2001 ------------------------------------------------------------------------ [Printed Issue Date: February 23, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, Attn: Contracts 2.5.1, Bldg 588, Suite 2, Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Unit 9, Patuxent River, MD 20670-1463 SUBJECT: A--SENSOR INTEGRATION AND COMMUNICATION TECHNOLOGIES SOL N00421-01-R-0176 DUE 030102 POC Sue R. Wainwright, Contract Specialist, (301) 757-9746 , Vicki Fuhrmann, Contracting Officer, (301) 757-9707 ,TECHNICAL POC: Charles Caposell (301) 342-2638/(703) 696-4814 DESC: SOL Broad Agency Announcement (BAA) N00421-01-R-0176 TITLE SENSOR INTEGRATION AND COMMUNICATION TECHNOLOGIES DUE Within one year of the date of CBD publication AGENCY NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION (NAWCAD) (Code 2.5.1.4.1), Bldg 588, Suite 2, 47253 Whalen Road, Aircraft Division, Patuxent River, MD 20670-1463 POC: Sue R. Wainwright, Contract Specialist, (301) 757-9746 Vicki Fuhrmann, Contracting Officer, (301) 757-9707 TECHNICAL POC: Charles Caposell (301) 342-2638/(703) 696-4814 This notice constitutes a BAA as contemplated by FAR 6.102(d)(2). This BAA is also listed at http://www.navair.navy.mil/business/ecommerce/index.cfm (Business Opportunities/Open Solicitations). I. INTRODUCTION. The NAVAL AIR SYSTEMS TEAM (NAST) is soliciting proposals for research and development (R&D) concepts in sensor integration and communication technologies. Concepts proposed may represent novel dedicated technologies and/or dual use of new emerging commercial technology. II. BACKGROUND. The Navy is working jointly with the Marine Corps and the Defense Advanced Research Projects Agency (DARPA) to advance the science and technology of sensor integration and communication technologies. Sensor integration and communications addresses any system that processes data from multiple sensors in real-time or incorporates some mechanism of communication of sensor data to an integration node. The overall program objectives are: (A) to explore new concepts through emerging multi-sensor integration or adaptive data communications technologies, (B) create adaptations to better suit the needs of the war-fighting community, (C) certify the sustainability and safety of candidate systems, and (D) promote those systems through the procurement process. The size, weight, and cost of the sensor system or sensor network are of particular concern. Historically, awards have been in the area of one-to-two million dollars; however, this does not preclude awards of a lower or higher dollar value. III. SPECIFIC AREAS OF INTEREST. Proposals are being solicited in three areas: A. New Operational Concepts for using sensor integration or sensor communications including systems that can be integrated with aircraft, weapons, UAVs and robots. Concepts should address possible ways to deploy and operate systems from Naval Aircraft or from sea-based platforms. Examples of the type of concepts that could be proposed are: 1. Reconnaissance, surveillance, target acquisition (RSTA) cloud concepts with multiple sensors operating collaboratively to create seamless view of the battle space. 2. Network-centric warfare concepts where high-speed nodes provide an instantaneous view of critical battle space elements. 3. Groups of small, lightweight payloads (or "swarms") that can be deployed through existing delivery mechanisms (cluster munitions, chaff/flare dispersers, sonobuoy launchers, etc.) and collaborate to perform coordinated strikes. 4. Relay concepts where groups of low-power, deeply deployed sensors relay data to an airborne or shipboard control station. 5. Concepts that interpret SAR or acoustic sensor grids locally and in real-time. B. Technologies that advance the state-of-the-art in performance and suitability of theatre-wide or tactical sensor integration and communications. 1. Multi-mode integrated electronics technologies that combine orthogonal sensor components into an integrated electronics package. 2. Advance RF switches and phase shifters. 3. High gain, lightweight antennas and components for distributed sensor arrays. 4. Innovative tools, encryption devices, and networking algorithms for instantaneous remote sensor integration. 5.Ultra-wide-band transmitters and receivers, high-speed transducers, and components for signal collection and conditioning over large instantaneous signal bandwidth. 6. Small, ruggedized packaging concepts for processing, routers, data servers, and other components for fiber optic, optical and wireless RF communication and relay nodes. C. Systems Integration and Demonstration Testing. 1. Testbed demonstrations utilizing state-of-the-art sensors and radar components such as UESA antennas, silicon carbide transmitters, and digital receivers. (NOTE: An industry day is planned tentatively for this area of interest on 30 March 2001 to provide a bidder's package. The specifics of this Industry Day will be announced in a subsequent CBD/website announcement.). 2. Networking and data link system demonstrations for transmittal of imagery and multiplexed sensor data. New approaches for high-bandwidth, multiplexed, digital, LPI/LPD links as well as approaches for network management. 3. Fires and targeting concepts which utilize relays to provide a "forward pass" from a sensor network to transient platform such as UAV, a weapon, or group of loitering and obtaining final control via a secondary mission planning or control station technology that enables sensor data fusion in real-time. 4.Control interfaces that address issues of autonomous or semi-autonomous guidance and control of unmanned and ground robots utilizing real-time sensor network information. 5. Tools and manipulators that provide new capabilities for insertion of robotic elements, payload launching and retrieval mechanisms, and additional functionality to existing delivery systems. 6. Reconnaissance, surveillance and target acquisition concepts to provide complet instantaneous awareness of a battlespace and communication of information to battlespace components. 7. Mobile sensors and sensor grid demonstrations which provide real-time sensing and communication of a surf zones or riverine enviroments. IV. CONTRACT/AGREEMENT TYPE. NAVAIR is willing to consider various types of acquisition vehicles including, but not limited to, traditional FAR/DFARS type contracts and/or non-procurement agreements (e.g. Cooperative Agreements and Other Transactions). Other Transactions will be entered into under the authority of 10 U.S.C. 2371 (Congressional direction requires that at least 50 percent of the cost of a project under this initiative be provided by industry) and Section 845, Authority to Carry Out Certain Prototype Projects. Information concerning Other Transactions can be found at http://www.darpa.mil/cmo/pages/other_trans.html and http://www.acq.osd.mil/ddre/research, or by contacting Sue R. Wainwright at (301) 757-9746 or by e-mail at wainwrightSR@navair.navy.mil. Final decision on acquisition type (contract/agreement) will be made by the government. NOTE: Typically, research findings result in the need for additional services/supplies, which are not possible to anticipate or project. Contract modifications may be executed to satisfy these requirements; thereby providing for flexibility in technology assessment (with technology transition the ultimate goal). In the event that this is required, it shall be considered to be within the scope of this BAA and the resulting contract, and therefore will have met the requirements of the FAR/DFARS and the Competition in Contracting Act. V. PROPOSAL SUBMISSION. No request for proposal (RFP), solicitation or other announcement of this opportunity will be made. Submit proposals in two (2) phases. A. PHASE I - Proposal Abstracts Submit Proposal Abstract, not to exceed fifteen pages, any time during the above stated open period. The Proposal Abstracts will be evaluated (at a minimum) quarterly. All proprietary portions of the abstract shall be clearly identified and will be treated in the strictest confidence. Offerors are hereby notified that non-government participants will have access to the offeror's proposals, and that submission of an offer shall constitute consent to the disclosure of proprietary information to all non-government participants in the source selection. The non-government participants are employees of commercial firms under contract to the Government, and if they serve as technical advisors they will be authorized access to only those portions of the proposal data and discussions that are necessary to enable them to provide specific technical advice on specialized matters or on particular problems. Abstracts shall identify the following: (1) BAA Number;N00421-01-R-0176; (2) Organization Name; (3) Other Team Members and type of business for each; (4) Technical Points of contact (including phone, fax, and e-mail information); (5) Administrative Point of Contact; (6) Overview of the Proposed Work to include: A summary of proposed concept (including commercial applications), an estimated timeframe for project completion, a brief description of the facilities involved, and a brief resume of the principle investigator(s); and, (7) A rough order of cost magnitude with type of acquisition vehicle (contract/agreement) being proposed, and, if applicable, the anticipated sharing arrangement. BRIEFING: The Government may request the contractor to present a technical briefing on the proposed effort(s) at NAVAIR/Naval Air Warfare Center Aircraft Division facilities, Patuxent River, MD. Although discussions with the government are permitted prior to submission of abstracts, these technical briefings are desired following the formal submission of an abstract. The Government is not liable for any costs associated with this brief. The abstract cover letter should discuss the contractor's willingness to provide a technical brief. Submit an original with four (4) additional copies, of the abstract proposal to the following address: Naval Air Systems Command, Code: AIR-2.5.1.4.1, Attn: Sue R. Wainwright -N00421-01-R-0176, BLDG 588, Suite 2, 47253 Whalen Road, Unit 9, Patuxent River, MD 20670-1463. Contents of Proposal Abstracts may also be submitted electronically to wainwrightSR@navair.navy.mil. Confirmation of receipt is recommended for electronic submission. If interested, the Navy will contact the offeror for additional information and/or a Phase II Proposal (See paragraph "B" below.) IMPORTANT INFORMATION FOR PROSPECTIVE CONTRACTORS: Registration in the DoD's Central Contractor Registration (CCR) database will be a prerequisite for receiving an award resulting from this BAA. For more information please contact the CCR Assistance Center at 1-888-227-2423. B. PHASE II Full Proposal General Information: Only Offerors whose Phase I - Proposal Abstract is considered capable of meeting Program requirements will be asked to submit Phase II - Full Proposals. REQUEST FOR SUBMISSION OF A FULL PROPOSAL DOES NOT GUARANTEE AWARD SELECTION. See listing for (BAA) N00421-01-R-0176 at www.navair.navy.mil/business/ecommerce/index.cfm (Business/Doing Business With Us/Open Solicitations) for instruction on how to submit Phase II-Full Proposal. LINKURL: http://www.navair.navy.mil/business/ecommerce/index.cfm LINKDESC: NAVAIR Homepage (Business Opportunities/Open Solicitations) EMAILADD: wainwrightSR@navair.navy.mil EMAILDESC: Contract Specialist CITE: (W-052 SN50E1O7) ------------------------------------------------------------------------ [Printed Issue Date: February 21, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: U.S. Army CECOM, CECOM Acquisition Center, Fort Monmouth, NJ 07703-5008 SUBJECT: A--INFORMATIONAL PURPOSES - WHITE PAPER IN SUPPORT OF THE DUAL USE SCIENCE AND TECHNOLOGY (DUST) BROAD AGENCY ANNOUNCEMENT SOL DAAB07-01-R-L562 DUE 030901 POC Gary Reckeweg, Contract Specialist (732) 427-1346; Andrew Dellomo, Contracting Officer (732) 532-3569 DESC: PURPOSE: The purpose of this announcement is to solicit ideas/topics for using commercial technologies to satisfy Army tactical communications needs. These topics/ideas, if accepted, will be included in the Dual Use Science and Technology (DUST) Broad Agency Announcement in the area of Information and Communications. DUST seeks to exploit the efficiencies generated through the use of common production lines for commercial and military products, reap the reduced costs resulting from larger scale production runs and leverage industry's willingness to invest in commercially viable technologies. DUST provides incentive funding to support dual use technology projects. DUST projects are funded 50% by the Government and 50% by the industry partner using cooperative agreements or other transactions for execution. BACKGROUND It is anticipated that over the next five to ten years the current terrestrial based network will evolve into a dynamic, multi-tiered architecture with the addition of the UAV (Unmanned Ariel Vehicles) and other flying platforms and satellite networks. This evolutionary architecture will be characterized by a number of integrated but different communication transmission bands, logically interconnected by some form of packet or cell based switching to provide robust, multi-media, QOS based, unicast/multicast/anycast communication for the (nearly) continuously On the Move (OTM) subscriber network nodes as they move through a dynamic network environment. Any backbone required will similarly be OTM as well. The term OTM implies that communication (unicast, multicast, or anycast) is provided without loss of end-user capabilities, while both (or either) the user end point and/or the associated backbone networks are in motion. In the commercial world, this capability is sometimes referred to "Plug and Play". The dynamic re-configuration must be accomplished without human intervention, and incur a minimal amount of communication and machine overhead. OBJECTIVE The focus of this effort is to develop secure mobile wireless networking and solutions for mobile digitized communications and information networks such as those being deployed to the Army's Future Combat Systems (FCS) and Objective Force. We are interested in the following sub areas: On the Move Networked Communications: Seeks to enhance battle command mobility, increase the operational tempo, reduce battlefield signatures and increase survivability for both personnel mounted in vehicles or dismounted in small unit operations. This mobile On-The-Move (OTM), dynamic communications network capability will increase the commander's flexibility and mobility by reducing the need for the commander to stop and set up, prior to communicating. The focus of this effort will be in integrating a highly adaptive open system architecture. The communications infrastructure will support the seamless flow of multimedia services across terrestrial and space based platforms in support of dispersed elements, split based operations, integrated multi-tiered communications and range extension. The following concepts highlight areas of interest: Horizontal and Vertical Hand-off Between Multiple Wireless networks: This area specifically addresses horizontal hand-off and vertical hand-off for terrestrial, airborne, and space based networks to support seamless connectivity of fixed or mobile users within a military environment. This heterogeneous communications environment is characterized by networks with widely varying parameters such as bandwidth and delay characteristics, channel availability and bit error rate. Ad-hoc Mobility: This addresses the ability to provide network solutions for mobile, ad hoc, wireless, multihop, peer to peer communications in the absence of a fixed infrastructure. Dynamic Multi-tier Communications: The efficient use of all communications resources in a wireless, ad hoc, dynamic, heterogeneous communication environment. Additionally, management of networks in this environment is critical to meeting Army needs. It is also anticipated that the techniques developed above will be required to operate the developing/emerging WIN-T, SINCGARS/INC, and JTRS communication network platforms. In addition, the subscriber host population must be assumed to be a collection of laptops and workstations, cell phones and hand-held hosts such as PDAs (Personal Data Assistants). It may be assumed that these end devices are multi-media capable (including simultaneous voice, video, and data) and may require VTC and real time reliable multicast capabilities. It is further assumed that these devices are capable of end-to-end as well as link encryption. Networking of Unattended Sensors: The U.S. Army's Future Combat Systems (FCS) will rely heavily on the use of remote, unattended sensors to find, identify and track enemy targets. Successful use of these critical sensor fields requires development of complementary communication networks to interconnect the sensors within a sensor field and also to connect the sensor field back to higher-level data fusion and command and control facilities. In addition, the communications must support static sensor fields and other distributed robotic sensors that could be air or ground mobile. The sensor network will consist basically of two seamless layers; the Lower Sensor Sub Layer (LSSL) consisting of acoustic, magnetic and seismic detection sensors and the High Sensor Sub Layer (HSSL) consisting of infrared imagery sensors, which are cued by the lower layer. Antennas: Develop a family of highly efficient, practical, cost effective antennas and subordinate products for the Future Combat Systems (FCS). The FCS antennas require increased antenna bandwidth for multimission communications; increased antenna gain for robust communications and range extension; increased mobility for high data rate on-the-move (OTM) communications; and reduced antenna visual signatures for low probability of mission detection and increased survivability. Information Protection and Information Assurance: This includes security mechanisms that protect against, detect, and respond to network-based attacks. The security solutions must be integrated and proven within the bandwidth and connectivity constraints of the Army's tactical networks at all its levels. Topic areas may include but not be limited to Network Access Control (User Identification and Authentication, Cryptographic authentication and Multi-level security), Intrusion Detection and Response to insider and outsider attacks, Host Protection Devices to include C2 Protect tools, malicious code detection and eradication mechanisms, and malicious mobile code detection/eradication, Security Management tools to assist network managers to more efficiently manage the various network protection mechanisms in a mobile network while greatly reducing the training and skill level required to accomplish the task of security management. RESPONSE REQUIREMENTS Interested parties are encouraged to submit a one page white paper describing the proposed topic including the commercial technology of interest, top-level capabilities and the operational enhancements the technology will add to the integrated systems under this topic. Additionally the white paper will describe the potential commercial application of the proposed topic are. This procedure is intended to minimize unnecessary effort in proposal preparation and review. Offerors may respond to this topic in whole or some subset thereof. Open system techniques and solutions are encouraged due to the necessity to provide an integrated solution. Responses are required Not Later Than 9 March 2001. LINKURL: http://abop.monmouth.army.mil LINKDESC: Army Business Opportunities Page EMAILADD: Gary.Reckeweg@mail1.monmouth.army.mil; Andrew.Dellomo@mail1.monmouth.army.mil EMAILDESC: Gary Reckeweg, Contract Specialist; Andrew Dellomo, Contracting Officer CITE: (W-047 SN50D9D1) -------------------------------------------------------------------- [Printed Issue Date: February 23, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: TRADOC Contracting Activity, Attn: ATCA, Bldg 2798, Fort Eustis, VA 23604-5538 SUBJECT: 58--HF RADIO SYSTEMS SOL W81R7B-1008-0001 DUE 030201 POC Lucretia Fresquez, Contract Specialist,, 757-878-1351 x254 DESC: Two HF radio systems, fully integrated, compact, with ability to go secure and perform reliable, long range communications within the 1.6 to 60MHz range. Must have GPS reciever or option, offer data & voice encryption with keypad and monitor. Must provide Digital Signal Processing (DSP) Technology and Automatic Link Establishment (ALE). Important Features: High Speed Data: MIL-STD-188-110A Serial Tone and 39-Tone, and STANAG 4285 Serial Tone; Automatic Link Establishment: MIL-STD-188-141A; Voice Digitalization: LPC-10-52E (2400 bps); GPS: Internal 12-channel GPS receiver option; COMSEC: US type 1 KY-99 & KY-84C encryption option. CONTACT POC ABOVE FOR ADDITIONAL SPECIFICATIONS. EMAILADD: fresquel@tac.eustis.army.mil EMAILDESC: Click here to contact POC via e-mail. CITE: (W-052 SN50E1S6) -------------------------------------------------------------------- [Printed Issue Date: February 21, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment--Potential Sources Sought OFFADD: INL/RM/MS, Department Of State, 2430 E Street NW, SA-44 South Bldg., Washington, D.C. 20520 SUBJECT: 58--MOTOROLA PORTABLE REPEATER II UNIT (PRII) SOL 0316-923247-1 DUE 022201 POC Albert W. Carpenter Tel: 202-776-8705 (Tueday-Thrusday), FAX: 202-776-8775 DESC: 1. The Department of State, Bureau of International Narcotics and Law Enforcement Affairs, is seeking offers for 5 each Motorola Portable Repeater Units Model P1821X (PRII), 450-482 MHz, 30 Watts with Securenet Encryption DVP-XL option H797. 2. Please Fax offers to FAX number 202-776-8775 on company stationary. 3. Items are required 5/15/2001. 4. Offers are due by 12:00 Noon on February 22, 2001. CITE: (W-047 SN50D9H5) -------------------------------------------------------------------- [Printed Issue Date: February 7, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: SPECIAL NOTICES OFFADD: Federal Business Council, Inc, 10810 Guilford Rd., Suite 105, Annapolis Junction, MD 20701 SUBJECT: IA FIELD SITE REPS. CONFERENCE/INFORMATION SYSTEMS SECURITY ORGANIZATION DESC: Information Systems Security Organization Information Assurance (IA) Field Site Representatives Conference February 14, 2001 NSA FANX, Linthicum, Maryland This ISSO Field Reps Conference is a four-day event attended by NSA IA personnel from throughout the world. Local NSA personnel in the Information Systems Security Organization will also be in attendance. The exposition will be held on the third day of the conference. Requested Technologies Include: EKMS PKI Intrusion Detection Web Based Security Biometrics Network Security Encryption Secure Communications Training Intrusion Detection and Assessment Software Wireless Technologies Anti-Virus Technologies For more information on exhibiting, please call the Federal Business Council at 800-878-2940 or respond by email to sales@fbcdb.com. LINKURL: http://www.fbcinc.com LINKDESC: Click here to visit our website. EMAILADD: sales@fbcdb.com EMAILDESC: Please email Sales for more information. CITE: (W-036 SN50C7K4) -------------------------------------------------------------------- [Printed Issue Date: February 12, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: SPAWARSYSCEN-Charleston, PO Box 190022, N. Charleston, SC 29419-9022 SUBJECT: 58--PROCUREMENT OF PARTS FOR RADIO COMMUNICATIONS SYSTEMS SOL N65236-01-R-0843 DUE 022201 POC Chris Brutsch, Code 1115CB, (843) 218-5965, Contracting Officer, Patricia W. Godwin DESC: The Contractor shall provide Motorola parts for VHF and UHF Data Encryption Systems(DES) trunked and non-trunked radio systems as required by the U.S. Department of State. Due to the compatability constraints with existing Motorola equipment this requirement will be procured as brand name only. The items required for this procurement will be used for maintenance and spare parts of the following Motorola radios: HT-1250 and XTS-3000 hand held radios, Spectra and MCS-2000 radios, and Quantar repeater (base) radios. The spare parts consist of items such as: PA boards, control boards, pressure plates, control boards, receiver front end boards, voice coders, keypads, and LCD display modules for all of the referenced radios. The resulting contract will be a firm fixed price type procurement. The NIACS Code is 334200, the SIC Code is 3663 and the applicable size standard is 750 employees. Subject procurement will be issued on a full and open competition basis. All responsible sources may submit a proposal which will be considered for award. The anticipated award date of the subject contract is scheduled for 11 March 2001. The solicitation and any documents related to this procurement will be available over the Interent on or about February 23, 2001 at the following SPAWARSYSCEN Charlesotn Website RFL: http://www-chas.spawar.navy.mil. It is the offerer's responsibility to monitor this site for the release of the solicitation and amendments (if applicable). Potential offers will be responsible for downloading documentation. No paper distribution of these documents will be provided. Delivery is required thirty days after award of the contract. Comments/ Questions shall be submitted in writing to Chris Brutsch Code 1115CB, at the above address or FAX to (843) 218-5930. EMAILADD: brutschc@spawar.navy.mil EMAILDESC: SPAWARSYSCEN Charleston CITE: (W-039 SN50D1L2) -------------------------------------------------------------------- [Printed Issue Date: February 21, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: SPECIAL NOTICES OFFADD: Naval Inventory Control Point - Mechanicsburg, Code M2522, PO Box 2020, Mechanicsburg, PA 17055-0788 SUBJECT: 70--RFI ABOUT COMMERCIALLY AVAILABLE MIDDLEWARE FOR DOD'S COMMON ACCESS CARD PROJ DESC: This is a Request for Information (RFI) being released by the Naval Inventory Control Point Mechanicsburg (NAVICP) Information Management/Information Technology Contracting Department on behalf of the Common Access Card Office. The Smart Card Senior Coordinating Group (SCSCG) established the Middleware Working Group to define the Department of Defense's requirements for client-side interfaces to the Common Access Card (CAC). These interfaces apply to common PKI functions (log-on, email encryption/decryption, email signing, and authentication); data storage/retrieval functions; and Service/Agency unique requirements. The purpose of this Request for Information (RFI) is: 1) to announce the intentions of the Department of Defense to deploy smart card technology in support of the Common Access Card (CAC); 2) to provide an opportunity for industry and other interested parties to provide DoD with feedback on department-wide requirements for middleware; 3) to assist DoD in their efforts to improve their understanding of the industry and its capabilities to meet the specified requirements in the desired timeframe. (There are no intentions to organize the material for wider dissemination or publication); and 4) to assist DoD in their efforts to evaluate the 'current status' of COTS products currently in the marketplace and/or under development. ADDITIONAL INFORMATION, INCLUDING DEPICTIONS OF EXISTING ARCHITECTURES AND STATEMENTS OF MIDDLEWARE REQUIREMENTS, CAN BE ACCESSED AT WWW.DONSMARTCARD.COM. RESPONDENTS MUST ADDRESS THE QUESTIONS AT THE END OF SEVERAL OF THE SECTIONS INCLUDED THEREIN. Invitations for personnel from the Common Access Card Office to visit the facilities of respondents for demonstrations will be considered. THIS RFI IS NOT A REQUEST FOR PROPOSALS (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 SYNOPSIS. 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 (OCT 1997), is incorporated by reference into this RFI, with the following fill-in in para c: "obtain information regarding middleware products currently in the marketplace ". NO PROPRIETARY DATA SHOULD BE SUBMITTED IN RESPONSE TO THIS RFI. ANY SUBMISSIONS WILL BE CONSIDERED TO BE PUBLIC INFORMATION AND MAY BE HANDLED BY NON-GOVERNMENT PERSONNEL. NAVICP will acknowledge receipt of information submitted in response to this RFI but will not provide feedback to the originating party. Please provide responses electronically with attached Word files to: RODNEY_L_KLINGER@ICPMECH.NAVY.MIL PROVIDE ALL RESPONSES TO THIS RFI BY 4:00 P.M. EST 9 MARCH 2001. LINKURL: www.donsmartcard.com LINKDESC: Department of Navy Smart Card Office Homepage EMAILADD: rodney_L_klinger@icpmech.navy.mil EMAILDESC: NAVICP IMIT Contracting Department CITE: (W-047 SN50D9E6) -------------------------------------------------------------------- [Printed Issue Date: February 12, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Directorate Of Contracting/Bldg 1239, Oo-Alc 6012 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: J--CCSS ON-SITE ORGANIZATIONAL MAINTEN SOL F42600-01-R-21896 DUE 033001 POC Linda Andrews/Lhkc/[801]586-1230, For additional information contact Linda Andrews/Lhkc/[801]586-1230 DESC: This was originally issued under F42600-99-R-BBBBA as a Sources Sought Synopsis. Please see at URL http://contracting.hill.af.mil/html/SourceSought/SShp.htm. All references in the future will be issued as PR number is FD2020-01-21896 (RFP # F42600-01-R-21896). On-Site Organizational Maintenance of the Command and Control Switching System (CCSS) at strategic worldwide locations. CCSS consists of secure and non-secure telecommunication switching systems manufactured by Raytheon. The system is a multilevel precedence electronic digital system with modular, expandable, high isolation, redundant, non-blocking switches which interface with other switches and cryptographic devices as well as T1 bulk encryption equipment which permits access to DSN and commercial networks. The requirement is for services necessary to maintain switches in an operational condition at selected locations. Site maintenance support requirements may vary from coverage 8 hours per day/5 days per week to 24 hours per day/7 days per week. COMSEC and cryptographic requirements apply. Top secret clearances are required for all contractor personnel. SCI, SIOP or PSD clearances are required at selected locations. Services will be procured in accordance with FAR 15.3, Basic Source Selection Procedures. Anticipate award of a ten-year, three-month requirements type, firm-fixed-price contract. Period of performance will begin 1 Oct 2001. A DRFP will be issued approximately 20 Feb 2001, with comments due 27 Feb 2001. The formal RFP will be issued approximately 10 days after receipt of comments with proposals due 30 days after issuance of the RFP. The approximate issue/response date will be 28 FEB 2001. Electronic procedure will be used for this solicitation. See our Web page. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Roger Porter if your concerns are not satisfied by the contracting officer (801)777-6991. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr2000.com LINKURL: http://contracting.hill.af.mil/html/SourceSought/SShp.htm LINKDESC: Click here to obtain/view a solicitation. EMAILADD: Linda.Andrews@hill.Af.Mil EMAILDESC: Click Here to E-mail Buyer***** CITE: (I-039 SN50D1U2) -------------------------------------------------------------------- [Printed Issue Date: February 21, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment--Potential Sources Sought OFFADD: Space and Naval Warfare Systems Command, 4301 Pacific Highway, San Diego, CA 92110-3127 SUBJECT: 58--RED/BLACK AUTOMATED SWITCHES SOL N00039-01-R-2229 DUE 050201 POC Mark Lopez, (619) 524-7168, Robert De Visser, (858) 537-0421 DESC: The Space and Naval Warfare Systems Command (SPAWAR), Advanced Automated Tactical Communications Program Office, PMW 179, intends to award either as a 8(a) small business set-aside or as a competitive small business set-aside a contract for production of automated switches for tactical voice communications circuits for new construction U.S. Navy ships. The Red/Black automated switches perform switching and control of clear and encrypted signals between Tactical Voice Terminals (TVT), terminals, encryption devices, multiplexers, modems, radio transmitters and receivers. The automated switches will be controlled by the Element Management System (EMS). The EMS employs Commercial off the Shelf (COTS) technologies and is a PC Windows NT based system, enabling updated technology and establishing an open architecture for future device insertion. The objective of this Request for Information (RFI) is to identify interested and responsible 8a firms or small business firms capable of producing the Red/Black automated switches over the next five years. The NAICS Code for this potential procurement will be 334290 with a size standard of 750 employees or less. It is anticipated that potential offerors will present a mature design that satisfies the performance specification requirements and that can be produced and delivered within approximately six months of contract award or exercise of production options. It is further anticipated that potential offerors will propose a COTS product with descriptions of any unique modifications needed to fulfill the performance requirements for shipboard use. SPAWAR plans to utilize a best value competition for any resulting award. The basic period of performance is expected to cover one production year, with options for four additional production years. Quantities are estimated at 8-15 units per year. Interested 8a and small business sources are requested to identify the technical capabilities of their product to meet the requirement described. Specifically, they are requested to provide the following information: 1. Test data/reports that demonstrate that their switches meet the shipboard environmental requirements for shock and vibration (SPEC Para 3.2.6.6 and 3.2.3.8). 2. Technical documentation on their switches, which demonstrate that their switches have the necessary components to meet the System Quality Factors (SPWC Para 3.2.5 through 3.2.5.3). 3. Technical documentation on their switches, which demonstrate that their switches can interface to the commercial and unique military interfaces (SPEC Para 3.2.1.3.1.1 through 3.2.1.3.1.1.2, TABLE I through XI, APPENDIX B through D). 4. Technical documentation on their MIB and SNMP capabilities (SPEC Para 3.1.3 and Para 3.2.3.9 thru Tec 3.2.3.10). Please provide this information to: lopezm@spawar.navy.mil or Commander, Space and Naval Warfare Systems Command (Attn: Mark Lopez, Code 02-32), 4301 Pacific Highway, OT4 Room 1029, San Diego, CA 92110 no later than Monday, 2 April 2001. Electronic correspondence is preferred. Interested sources are invited to attend a SPAWAR Industry Brief in San Diego at SPAWAR, 4301 Pacific Highway on Tuesday, 13 March 2001 at 0900. The briefing will provide program information, and address common questions. After the briefing, any interested offeror will have an opportunity to discuss its product and ask specific questions in one-on-one sessions with the government. Please notify Jeff Bergdahl; bergdahj@spawar.navy.mil of your plans to attend (please minimize the number of people) by 01 March, and to schedule approximately one-hour one-on-one sessions, if desired. Offerors may be required to demonstrate their offered product functioning in a working environment such that all features can be properly evaluated. Acquisition reforms initiatives, such as oral presentations, will be utilized in order to make the source selection as streamlined as possible. Interested offerors will need to be prepared to proceed interactively and electronically. Award will be based on the Government's best value evaluation of anticipated technical benefits, risk assessment, and price. More explicit evaluation criteria and proposal submission guidelines will be provided with the release of the RFP. The current performance specification can be downloaded from the HQ SPAWAR Business Opportunity Page: https://e-commerce.spawar.navy.mil/. Follow the links to market surveys, subject: Red/Black Switches. Please contact the following with any questions (preferably e-mail with copies to all): Jeff Bergdahl, Project Engineer, Phone 619-524-7979, bergdahj@spawar.navy.mil Mark Lopez, Contracting Officer, Phone 619-524-7168, lopezm@spawar.navy.mil Robert De Visser, Contract Specialist, Phone 858-537-0421, devisser@spawar.navy.mil LINKURL: e-commerce.spawar.navy.mil LINKDESC: SPAWAR Business Opportunities Page EMAILADD: lopezm@spawar.navy.mil devisser@spawar.navy.mil EMAILDESC: PCO and Contract Specialist CITE: (W-047 SN50D9D7) -------------------------------------------------------------------- [Printed Issue Date: February 6, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Department of the Air Force, Air Force Materiel Command, SMC - Space & Missiles System Center, 2420 Vela Way, Suite 2420, El Segundo, CA, 90245-4659 SUBJECT: A--SPACE TEST PROGRAM OISLSAT PROGRAM RESEARCH AND DEVELOPMENT ANNOUNCEMENT (PRDA) #01-20 SOL Reference-Number-01-20A DUE 030201 POC Aurora Vigil, Contract Specialist, Phone 505-846-8543, Email vigilm@comanche.plk.af.mil - Odette Denman, Contracting officer, Phone (505) 846-9147, Email odette.denamn@kirtland.af.mil DESC: A. INTRODUCTION: (1) Headquarters Space and Missile Systems Center (SMC), Test and Evaluation Directorate (TE), Space Test Program (STP), solicits white papers from interested offerors identifying new and innovative engineering solutions which provide timely and cost-effective spacecraft integration of Air Force payloads as described in Section B of the PRDA below. This PRDA is being acquired under the procedures of AFMC SUBPART 5335.90, Program Research and Development Announcements (PRDA). Due to FAR character restrictions, this solicitation is published in two (2) parts, with this being Part 1 which includes Sections A, B and C and Part 2 for Sections D, E, F, G and H of this solicitation. This is an unrestricted solicitation to United States business organizations. Foreign owned firms are advised that they will not be allowed to participate at the prime contractor level. Small businesses are encouraged to respond to this solicitation. Offerors must be registered in the Department of Defense Central Contractor Registration database in accordance with Defense FAR Supplement (DFARS) Part 204.7302 to be eligible for contract award. THIS ANNOUNCEMENT CONSTITUTES THE SOLICITATION, DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Interested offerors are encouraged to contact 2Lt Thomas (Lee) Philley, at (505) 846-6406, or by email: Thomas.Philley@Kirtland.af.mil, or Eleni (Sam) Sims, at (505) 846-7047 or by e-mail: Eleni.M.Sims@aero.org prior to committing resources in preparing submission of white papers. The purpose of the communication is to preclude unwarranted effort on the part of the offeror whose work is not of interest to the Government. (2) WHITE PAPER INSTRUCTIONS: Offerors are required to submit a ten (10) page or less white paper, and a separate one (1) page Rough Order of Magnitude (ROM) per satellite solution. The ROM should include the major cost elements with a cover letter. The white paper(s) should address the following information: Section A: Title: Name of Company, Projected Period of Performance, and dates when experiments are required. Section B: Technical Summary: Include physical experiment integration data. Offerors otherwise have latitude as to what information is presented in the white papers. Evaluation of the white paper(s) will be performed by a technical evaluation team to determine overall technical merit and interest to the Government. Offerors that submit white paper(s) found to be of interest to the Government may be requested to submit formal technical and cost proposals by a specific date. Any resultant award associated with this PRDA is subject to the Availability of Funds. Such invitation does not assure that the submitting organization will be awarded a contract. Government technical evaluators may contact offerors before completion of the initial evaluation of the white papers as deemed necessary to gain additional information to complete evaluations. Such dialog will most likely be conducted telephonically, but may be done in writing (e-mail) or face-to-face as required. To reduce contractor expense, the Government will keep such interchange to the minimum time necessary. White papers submitted in response to this OISLSat PRDA shall be submitted by 2 Mar 2001, at 1600 Mountain Standard Time. The government reserves the right not to evaluate white paper(s) received after the cut-off date specified herein. The Government also reserves the right to amend this PRDA at any time prior to formal proposal solicitation. Offerors should be alert for any amendments that may be published. White papers should be addressed to: Space & Missile Systems Center, Contracting Division, 3550 Aberdeen Avenue SE, Building 413, Room 115, Kirtland Air Force Base NM 87117-5776; Attention: Aurora Vigil. B. REQUIREMENTS: (1) TECHNICAL DESCRIPTION: A) STP has a requirement to build one (but will consider two) small satellite(s) to fly as many as possible of the following Space Experiments Review Board (SERB) experiments: High Speed Optical Intersatellite Link (OISL), Cibola Flight Experiment (CFE), Coherent Electromagnetic Radio Tomography (CERTO), Computerized Ionospheric Tomography Receiver in Space (CITRIS), Micro-Electrostatic Analyzer (MESA), Wafer Scale Signal Processing (WSSP), and Micro-Electromechanical Based Autonomous On-Orbit Satellite Inspection Experiment (MEPSI). Detailed information on each experiment can be found (further referred to as the SMC/TE website) at http://www.te.plk.af.mil/Contracts/Procurements.html (reference OISL PRDA #01-20). B) The Government requires that the OISL experiment be the core payload on the first satellite. The Government desires that the CFE experiment be on the same satellite if possible, but will consider it as the core payload on a second satellite. Any combination of the remaining experiments on either satellite is acceptable. If offerors select the two-satellite solution, two (2) white papers may be submitted. C) The Government requires that each satellite both mechanically and electrically interfaces with the EELV Secondary Payload Adapter (ESPA) ring and the environments associated with a vertical interface plate (vs. a horizontal interface plate). In order to appropriately fit the ESPA ring, the base of each satellite shall be limited to 61cm x 61cm (24" x 24"), and the height shall be limited to 96.5cm (38") - assuming "base" refers to the ESPA interface plate. The mass of each satellite is also limited to 181 kg (400 lbs.) - assuming the center of gravity is no more than 51cm (20") radially (in the "height" direction) from the interface plate (see SMC/TE website for more ESPA information). D) The Government requires each satellite to have a NSA-approved uplink and downlink encryption scheme via Cardholder and Pegasus, respectively (see Section D (6) for government furnished equipment associated with communication security). E) The launch vehicle will be a Boeing Delta IV-Medium, 4-meter fairing. A copy of the Delta IV Payload Planner's Guide can be viewed or downloaded at http://www.boeing.com/defense-space/space/delta/delta4/guide. The Delta IV-M will launch from Kennedy Space Center, FL in October 2004 into a 25-45 deg inclination, 600-800 km circular orbit (exact orbit is still to be decided). F) The Government plans on providing satellite Telemetry, Tracking, and Commanding (TT&C) via the Air Force Satellite Control Network (AFSCN) and Research, Development, Test and Evaluation (RDT&E) Support Complex (RSC) at Kirtland Air Force Base, with experiment data distribution provided via the RSC and the Internet. However, the offeror may propose other means of TT&C and data distribution; the offeror must address the cost of these means in the cost proposal. If the offeror chooses to use the AFSCN and the RSC, the spacecraft TT&C subsystem shall be compatible with the RSC and the AFSCN according to AFSCN Standardized Interface Specification 000502 (SIS-502). Offerors shall support launch and on-orbit operations for twelve (12) months. Offerors shall provide on-site personnel support for all launch and on-orbit operations rehearsals (four rehearsals expected) at the RSC (or proposed Satellite Operations Complex). Offerors shall provide command and telemetry specifications, data formats, conversions and calibrations, SV operations information, launch support and readiness information, training, and required training materials. Offerors shall provide network requirements to the RSC. G) This mission is unique in that it is the first planned flight of the ESPA ring. Therefore, satellites with conservative designs are more attractive to the Government. However, the Government will consider all feasible solutions. H) The Government expects the total cost of this effort (including spacecraft bus development, experiment integration, and operations support (excluding the actual on-orbit operations) for one or two satellites) to be approximately twelve (12) million dollars. (2) SUPPORTING DOCUMENTATION: Offerors can review/download the following documents on the SMC/TE website: The Experiment Requirements Matrix, ESPA Ring Specifications, a Points of Contact list, a list of government furnished equipment, any amendments to this PRDA. C. DELIVERABLE ITEMS: Contract Funds Status Report, Integrated Master Schedule, Experiment to Spacecraft Interface Control Document (ES ICD), design review data packages, System Test Plan, Spacecraft System Specification, Transportation and Handling Plan, Test Reports, Program Requirements Document, On-Orbit Operations Handbook, Support for launch and on-orbit operations rehearsals at the RSC (or proposed Satellite Operations Complex), Software User's Manual, Space Vehicle Handbook, Space Vehicle Training, Ground Specification Document, Command and Telemetry Handbook. Offerors may propose additional deliverable LINKURL: /cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=Reference-Number-01-20A&L=901 LINKDESC: Visit this URL for the latest information about this notice EMAILADD: vigilm@comanche.plk.af.mil EMAILDESC: Aurora Vigil CITE: (D-033 SN50C634) --------------------------------------------------------------------