The Government is conducting amarket survey to: (1) locate and
identify qualified small business
sources to determine if sources exist
for a small business set aside; and (2)
determine the capability of large
businesses in fulfilling the MUOS
requirements, if there are not enough
qualified small businesses.
Description:
The Space and Naval Warfare Systems
(SPAWAR) Command, in support of
Joint Program Executive Office (JPEO)
Joint Tactical Radio System (JTRS)
Network Enterprise Domain (NED), is
soliciting information from potential
sources to provide post production
software support for the MUOS
waveform software. The intent of this
procurement is to provide technical
support, software
maintenance/upgrades, and
enhancements to the baseline JTRS
MUOS software.
General Background:
The Department of Defense
established the JTRS program to
provide a family of software
programmable radios designed around
a Software Communications
Architecture (SCA). As such, the JTRS
will provide reliable multi-channel
voice, data, imagery, and video
communications and eliminate
communications problems caused
by "stovepipe" legacy systems. The
JTRS will achieve these objectives
through the procurement and fielding
of a digital, programmable, modular
communication system based on
software-defined radio technology.
The JTRS program consists of a series
of joint acquisition activities, managed
by JPEO JTRS. The objective of JTRS is
to develop, produce, integrate, and
field a family of interoperable, digital,
modular, software defined radios that
operate as nodes in a network to
ensure wireless communications and
networking for mobile and fixed
forces. Specifically, JTRS will have the
ability to receive, transmit, and relay
voice, data, and video. JTRS is being
developed in a Joint environment, thus
allowing maximum hardware and
software commonality and reduced
porting efforts across Service
platforms. Through implementation of
common waveforms, radios, software,
and select ancillary component and
network management equipment, JTRS
will enable enhanced interoperability,
reusability, supportability, and software
portability, and will result in improved
speed to capability, and more effective
implementation of incremental
capability improvements.
MUOS Background:
The MUOS waveform application will
enable MUOS satellites to provide
worldwide communication satellite
coverage for DoD and other
government agency requirements. The
MUOS system will provide functionality
comparable to commercial mobile
phone systems. MUOS will offer secure
streaming video, netted
communications, and voice/data in real
time to provide essential connectivity.
The MUOS waveform application is
being developed through a contract
awarded by the Space and Naval
Warfare Systems Command
(SPAWARSYSCOM) to Lockheed-Martin
Space Systems Company (LMSSC).
This application is based on the
commercially available Wideband Code
Division Multiple Access waveform
application, with some significant
modifications to account for long
satellite access delays and to add
unique functionality. In addition, the
application has been enhanced to take
into account heterogeneous MUOS
network components that consist of
mobile devices, stationary gateways,
core network servers, etc. The MUOS
network is a complete network that
provides access and services to users
but requires a comprehensive ground
transport system to support its
operations. The JTRS NED Program
modified this waveform application by
adding a red side processor (RSP) and
otherwise making it compatible and
certifiable to meet DoD security
requirements for porting to JTRS. The
MUOS RSP waveform capability
expected FQT date is December 2011.
The baseline MUOS waveform
architecture was developed as a black
transport waveform with interfaces only
to the black side of the JTRS terminal.
In July of 2006, the Government
directed the Lockheed Martin MUOS
team to develop a MUOS Red Side
Waveform Application Reference
Architecture and segment-level
requirements that describe the
functional components and
requirements necessary for the proper
handling and protection of bearer
traffic within both the classified and
unclassified domains of a JTR Set and
to support the transfer of classified or
unclassified bearer traffic across
MUOS. The following version
nomenclature has been adopted for
the (2) stages of
MUOS waveform application
development:
- MUOS Waveform 1.x (MUOS WF v1.0
and above) is the initial non-SCA,
black-only waveform.
- MUOS Waveform 3.x (MUOS WF v3.0
and above) is a complete SCA and UIC
compliant, black/red combined
waveform.
MUOS Waveform Application Version
3.x (MUOS WF v3.x) Concept:
The initial MUOS Waveform Application
development effort focused on the
design, development and test of the
waveform application software
components located only within the
black domain of a terminal, i.e., MUOS
Waveform Application Version 1.x (non-
JTRS compliant waveform).
MUOS WF v3.x focused on the design,
development, and test of new WF
application components, integration
with MUOS Waveform Application v1.x
components and integration with the
MUOS Ground System. MUOS WF v3.x
will interface with the terminal services
and devices within the terminals black
domain, the Crypto Subsystem (CS/S),
and the red domain to move bearer
traffic between the User boundary
(e.g., Input/Output (I/O) ports) and
the Radio Frequency (RF) boundary
(e.g., Ultra-High Frequency (UHF)
transmit and receive equipment). The
Waveform Development Environment
(WDE) used to develop and test MUOS
WF v3 is based on actual Handheld,
Manpack and Small Form Factor (HMS)
hardware.
MUOS bearer traffic includes encoded
voice (either Mixed Excitation Linear
Predictive, version e (MELPe) or
G.729ab), binary serial data or user-
generated Internet Protocol (IP) packet
data. Since MUOS supports the
transfer of classified or unclassified
bearer traffic, MUOS terminal system
design and MUOS components
developed for operation within the
terminal's INFOSEC boundary must
meet security requirements necessary
for National Security Administration
(NSA) certification of MUOS terminals.
The initial target terminal for MUOS WF
v3.x is the JTRS HMS manpack, but
many other terminals are also
expected to utilize it.
As part of this initiative, the JTRS NED
program is evaluating the means by
which offerors can establish and
provide Software In-Service Support for
the JTRS MUOS software within this
family of communications products.
Requested Information:
Firms are invited to submit the
appropriate documentation, literature,
and references necessary to
demonstrate that they possess the
required knowledge, experience, and
capabilities necessary to meet or
exceed the required information
below. Capability Responses must
include all of the following information:
(a) Administrative Information:
(1) Company name, mailing address,
phone number, fax number, e-mail,
and title of designated point of contact;
(2) Business type (Large, Small, Small
Disadvantaged, 8(a), Women-Owned,
HUBZone, Veteran Owned and/or
Service Disabled Veteran-Owned
Business);
(3) Business size including total annual
revenue, by year, for the past three
years and number of employees based
upon North American Industry
Classification System (NAICS) code
541511, Custom Computer
Programming Services;
(4) CAGE code and DUNS number (if
available); and
(5) Facility security clearance of the
responder
(b) Corporate Capabilities:
(1) Describe your process for
investigating, validating and fixing
JTRS and/or MUOS waveform problem
reports, and how you would modify it to
work within the JTRS NED SwISS process.
(2) Experience and capabilities with
development, technical support,
enhancement, and maintenance of
JTRS and/or MUOS waveform software.
(3) Experience and capabilities in
porting and porting support of JTRS
and/or MUOS waveform software.
(4) Describe your company's
experience/expertise in the area of
Formal Qualification Testing (FQT).
Experience should include preparation
and execution of MUOS test procedures
(or similar networking waveform) and
demonstration of JTRS Test &
Evaluation Laboratory (JTEL)
Application Program Interface (API)
and Software Communications
Architecture (SCA)
requirements/standards.
(5) Experience in supporting National
Security Agency (NSA) Information
Assurance assessment of JTRS and/or
MUOS waveform software including
Unified Information Security Criteria
(UIC) allocation and Waveform
Software Security Report (WSSR)
development.
(6) Capability in identifying, providing,
and maintaining a suitable waveform
development and test environment.
Discuss understanding and capability to
integrate the waveform with the MUOS
Ground System and your companys
capability in integrating the test
environment with test satellites and
satellite simulators/emulators.
Interested parties shall identify test
tools or lab equipment that is required
as Government-Furnished
Equipment/Government-Furnished
Property/ Government Furnished-
Information (GFE/GFP/GFI) and the
estimated need date (e.g. 60 days
after contract award). Describe how
your company will integrate the JTRS
MUOS waveform into a suitable test
environment to allow for contractor
testing of modified software.
(7) Describe your company's
experience/expertise in the areas of
test data analysis, developing and
updating test emulators, simulators,
scripts, modeling and simulation, and
other test support software and
hardware for testing JTRS waveform
software.
(8) Describe your knowledge of JTRS
API standards, JTRS UIC, JTRS NED
Waveform Portability Guidelines, JTRS
Software Standards, JTRS SCA
requirements, and interoperability
certification requirements. Also,
describe your knowledge and expertise
in 3GPP Wideband Code Division
Multiple Access (WCDMA) standards
and mobile networks, knowledge of
satellite access link budgets and
measurements, air interface power
control, WCDMA timing analysis, IPv4
and IPv6 RFCs, and network
management. Further, describe your
expertise in mobile network
performance measurement and
analysis and obtaining and analyzing
performance logs and data.
(9) Provide an explanation of how your
firm has the capacity to conform to FAR
clause 52.219-14, Limitations on
Subcontracting.
(10) A list of customers for current and
relevant work performed that meets
the following conditions/terms:
Relevant work is described as work
similar in scope to the posted draft
SOWs and at an estimated contract
dollar value of at least $10M. Current
work is defined as work performed
since 1 January 2008. Information per
customer shall include the following: (i)
a summary of work performed, (ii)
contract numbers, (iii) period of
performance, (iv) contract type, (v)
dollar value for each contract
referenced, how the work demonstrates
capability to perform percentages
stated in number eight, (vi) whether
prime or subcontractor, (vii) level of
effort (# of FTEs etc.) and (viii) a
customer point of contact with valid
phone number and email address.
(This information is required to verify
offerors performance. The
government may contact any reference
for further validation.)
Do not include any documentation for
any company other than your own.
This is an analysis of your companys
capabilities to determine what work
your firm is capable of performing.
Respondents will not be notified of the
results of this evaluation. All
submissions become Government
property and will not be returned.
Responses:
Interested parties are requested to
respond to this RFI with a white paper
in Microsoft Word for Office 2000
compatible format. RFI responses are
limited to 20 pages including cover
sheet, administrative pages and all
attachments. Responses shall be
submitted via the SPAWAR E-
Commerce Central website. No
proprietary information is being sought
by way of this RFI. Proprietary
information, if any, should be
minimized and MUST BE CLEARLY
MARKED. To aid the Government,
please segregate any proprietary
information from non-proprietary
information in your response. Any and
all information submitted in response
to this RFI is subject to full
disclosure/release. Please be advised
that all submissions become
Government property and will not be
returned.
The support contractors listed below
have signed no-bid letters for this
prospective contract and will be
reviewing responses to this RFI. It is
the respondents responsibility to
execute
Proprietary Data Protection Agreements
(PDPAs) with these support contractors,
if deemed necessary, by the date of
your submission. In the absence of an
executed PDPA, respondents shall
include a statement in their response
that explicitly states that support
contractor personnel are not permitted
to review the response. If a PDPA is
not executed, or a respondent
indicates that support contractor
personnel from the aforementioned
firms are not permitted to review the
response, the response will be
reviewed by Government personnel
only. The following is a list of support
contractor Points of Contacts who will
review the responses. You may contact
these individuals for execution of
PDPAs as necessary.
- Booz Allen Hamilton : John
Kerschbaum, 619-524-5805,
[email protected]
- SRA International, Inc.: Michael
Bouchard, 619-524-5658,
[email protected]
- SAIC: Eric Bala, 619-524-5777,
[email protected]
Response Deadline:
Responses are requested no later than
30 June 2011 at 1:00 PM Pacific DST.
Responses shall be submitted to
SPAWAR electronically via the SPAWAR
E-CC website located at https://e-
commerce.spawar.navy.mil. It should
be noted that telephone replies will not
be accepted.
Industry Interaction:
SPAWAR representatives may or may
not choose to interact with responders.
Such interactions may be intended to
request further information related to
the capability to potentially meet the
requirements.
Questions:
Questions regarding this
announcement shall be submitted via
the SPAWAR E-Commerce Central
website. Verbal questions will NOT be
accepted. Questions will be answered
by posting answers to the SPAWAR E-
Commerce Central website.
Accordingly, questions shall NOT
contain proprietary or classified
information. The Government does not
guarantee that questions received after
the due date will be answered. To
access the SPAWAR E-Commerce
Central website, go to https://e-
commerce.sscno.nmci.navy.mil. Click
on Headquarters, then Market Surveys,
then Mobile User Objective System
(MUOS) Waveform Software In-Service
Support (SwISS) RFI to view other
important information related to this
RFI. Interested parties are invited to
subscribe to the SPAWAR website to
ensure they receive any important
information updates associated with
this RFI. To subscribe, click on
https://e-
commerce.sscno.nmci.navy.mil.
Summary:
This is a request for information (RFI)
only to locate and identify qualified
small business sources to determine if
sources exist for a small business set
aside; and to determine the capability
of large businesses in fulfilling the
MUOS requirements, if there are no
qualified small businesses. The
information provided in the RFI is
subject to change and is not binding on
the Government. The Government has
not made a commitment to procure
any of the items discussed and release
of this RFI shall not be construed as
such a commitment or as authorization
to incur cost for which reimbursement
would be required or sought.
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 and any follow-up information
requests will be solely at the interested
partys expense.
The Government reserves the right to
consider a set-aside for small
businesses or one of the small
business preference groups. (e.g., 8
(a), HUBZone, SDB, SDVOSB, etc.).
Not responding to this RFI does not
preclude participation in any future
RFP, if any is issued. If a solicitation is
released, it will be synopsized on the
Federal Business Opportunities
(FedBizOpps) website and the SPAWAR
E-Commerce Central website at
https://e-
commerce.sscno.nmci.navy.mil. It is
the responsibility of the potential
offerors to monitor these websites for
additional information pertaining to
this requirement.
Bid Protests Not Available