1.0 DESCRIPTION
Joint Program Executive Office (JPEO)
Joint Tactical Radio System (JTRS)
Network Enterprise Domain (NED) is
seeking information from interested
parties on their capabilities to provide
Software In-Service Support (SwISS) for
the JTRS Link 16 waveform software.
The intent of this procurement is to
provide technical support, software
maintenance/upgrades, and
enhancements to baseline JTRS Link
16 waveform software, to include
changes/updates required by the NSA
Cryptographic Modernization
initiative.
This is a request for information only
as defined in FAR 15.201(e). It does
not constitute a Request for Proposal
(RFP) or a promise to issue an RFP in
the future. Responses to this notice
shall not be construed as offers and
cannot be accepted by the Government
to form a binding contract. The U.S.
Government will not pay for any
information or administrative cost
incurred in response to this RFI. All
costs associated with responding to this
RFI will be solely at the interested
partys expense. Not responding to
this RFI will not preclude participation
in any future RFP if issued.
2.0 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.
As part of this initiative, the JTRS NED
program is evaluating the means by
which they can establish and provide
Software In-Service Support for the
JTRS Link 16 software within this family
of communications products.
3.0 REQUESTED INFORMATION
Interested firms are invited to respond
to this sources sought by providing a
white paper that summarizes their
relevant experience, knowledge, and
capabilities regarding JTRS Link 16
Software In-Service Support as
identified below.
3.1 Describe process to investigate and
validate problem reports with JTRS Link
16 software.
3.2 Experiences and/or capabilities with
development, enhancement and
maintenance of JTRS and Link 16
waveform software.
3.3 Experiences and/or capabilities in
porting and porting support of JTRS
and Link 16 waveform software.
3.4 Experiences in conduct of Formal
Qualification Testing (FQT) of JTRS and
Link 16 waveform software including
JTEL testing for SCA and Application
Programming Interface (API) standards
compliance.
3.5 Experiences in support of NSA
Information Assurance (IA)
assessment of JTRS and Link 16
waveform software including Unified
INFOSEC Criteria (UIC) allocation and
Waveform Software Security Report
(WSSR) development.
3.6 Capabilities to identify, provide and
maintain a suitable waveform
development and test environment.
Identify test tools or lab equipment
that is required as GFE/GFP and the
estimated need date (e.g. 60 days
after contract award). Describe how
your company will integrate the JTRS
Link 16 waveform into a suitable test
environment to allow complete testing
of modified software.
3.7 Experiences writing test procedures,
developing and updating test
emulators, simulators and other test
support software and hardware for
testing JTRS waveform software.
3.8 Knowledge of JTRS API standards,
JTRS UIC, JTRS NED Waveform
Portability Guidelines, JTRS Software
Standards, JTRS SCA requirements,
and interoperability certification
requirements.
3.9 Describe your experience with Link
16 TADIJ message types and Link 16
net structures. In addition comment
on how your company would redesign
the TADIL J message for OTAR, OTAZ
and Link 16 waveform processing to
support Cryptographic Modernization.
4.0 RESPONSES
Interested parties should respond to
this RFI with a white paper. Please be
advised that all responses become
government property.
White papers, in PDF or Microsoft Word
compatible format, shall be submitted
via e-mail to the JTRS Contracting
Office no later than 15:00 PST, 7
December 2009. White papers shall
not exceed 20 pages single sided (10
pages double sided) in Arial 12 font.
Submissions shall be sent to
[email protected]. Please include
reference No. N66001-10-X-0057 in
your submission.
Proprietary information, if any, should
be minimized and, if present, clearly
marked. To aid Government planners,
please segregate proprietary
information.
4.1 The white paper shall include the
following information:
4.1.1 Name, mailing address,
overnight delivery address (if different
from mailing address), phone number,
fax number, e-mail address of
designated point of contact, Cage
Code, and DUNS number.
4.1.2 Business type (i.e., large
business, small business, small
disadvantaged business, 8(a)-certified
small disadvantaged business,
HUBZone small business, woman-
owned small business, veteran-owned
small business, service-disabled
veteran-owned small business) based
upon North American Industry
Classification System (NAICS) code
541511, Custom Computer
Programming Services.
Please refer to Federal Acquisition
Regulation (FAR) Part 19 for additional
detailed information on Small Business
Size Standards. The FAR is available at
http://www.acquisition.gov/comp/far/ind
ex.html
4.1.3 Responses to the requested
information addressed in section 3.0.
5.0 POINTS OF CONTACT
This is a JTRS NED RFI. Any questions
regarding this request should be
submitted by e-mail to
[email protected]. Questions will
be answered by posting answers to the
SPAWAR E-Commerce Central website.
Bid Protests Not Available