Request for Information (RFI) for Wideband Communications Services (WCS) Analysis of Alternatives (AoA), Military Satellite Communications Systems (MC) Director...

expired opportunity(Expired)
From: Federal Government(Federal)
17-110

Basic Details

started - 10 May, 2017 (about 7 years ago)

Start Date

10 May, 2017 (about 7 years ago)
due - 09 Jun, 2017 (about 7 years ago)

Due Date

09 Jun, 2017 (about 7 years ago)
Bid Notification

Type

Bid Notification
17-110

Identifier

17-110
Department of the Air Force

Customer / Agency

Department of the Air Force
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 Title: Request for Information (RFI) for Wideband Communications Services (WCS) Analysis of Alternatives (AoA), Military Satellite Communications Systems (MC) Directorate  1.0 Introduction: The purpose of this RFI is to gather information to support the WCS AoA and to help ensure the Department of Defense (DoD) pursues the most suitable systems and operating frequency band alternatives for providing high-capacity communications (e.g. X-band, Mil-Ka-band, Comm-Ka-band, Ku-band, etc.) after the Wideband Global SATCOM (WGS) system functional availability falls below 70%. The scope of the WCS AoA includes evaluating alternative architectures for providing high capacity communications relative to the satellite, ground, terminal, gateway, and control segments that address DoD's and International Partners' (IP) wideband communications requirements in contested and benign operating environments.  The WCS AoA will explore order of magnitude improvements in SATCOM and provide an analytical
comparison of operational effectiveness, resiliency, suitability, and life-cycle costs to enable the full consideration of possible trade-offs among cost, performance, and schedule for each alternative examined.  To meet these requirements, the United States Government (USG) requests information from Industry for potential wideband communications architectures, technology concepts, service delivery models, and acquisition/procurement options and recommendations covering a transition period from 2023 to 2028 and final capability beyond 2028. 2.0 WCS AoA RFI: The USG requests recommendations for future architecture or architecture segments based on current and future business models and/or other assumptions. Industry is encouraged to explore the full range of architecture alternatives when completing this RFI. Architecture alternatives will incorporate a blend of traditional capabilities (e.g. purpose-built systems, commercial leases) with "new space" capabilities (e.g. Geosynchronous Earth Orbit (GEO)/Medium Earth Orbit (MEO)/Low Earth Orbit (LEO)/polar systems, High Throughput/Capacity Satellite services (HTS/HCS), Fixed/Mobile Satellite Services (FSS/MSS), open and closed networks, Protected Tactical Services, aerial solutions). 3.0 Areas of Specific Interest: The USG requests information in 5 areas of specific interest: 1) Wideband Transport (Space and Air) Segment, 2) Operations Management, 3) End-User Equipment and Platform Capability, 4) Ground Infrastructure, and 5) Resiliency, Mission Assurance and Cybersecurity. 3.1 Wideband Transport (Space and Air) Segment:  Describe OV-1, high-level Wideband Transport capabilities. These capabilities may include USG purpose-built platforms, LEO/MEO/GEO, HTS/HCS, investment purchases, leases, aerial layer, and other options.  Address management and integration of specialized waveforms currently in use or in development by the DoD (e.g., Protected Tactical Waveform (PTW), Common Data Link (CDL)) where applicable, and consider alternative technology solutions.3.2 Operations Management: Describe concepts for mission planning, operations management, and control to include allocating and managing resources. Include all implications within a satellite, across multiple satellites in same constellation and across systems. Address changes to the DoD operations and/or control management enterprise required to make the system viable. 3.3 End-user Equipment and Platform Capability:  Describe the implications of the recommended architecture to both military and/or commercial DoD terminals.  Address how military and/or commercial terminals are both utilized and supported. If there are changes to military and/or commercial terminals, list any recommended changes.  Describe changes to include platform integration, frequency bands, Effective Isotropic Radiated Power (EIRP) and gain-to-noise-temperature (G/T), and Size, Weight, and Power (SWAP) trades, where applicable.  Additionally, please address how you would recommend integrating new terminals (if necessary) into the current DoD fleet, while maintaining operational capability in a deployed environment.  3.4 Ground Infrastructure: Describe an enterprise network and gateway architecture spanning DoD and commercial infrastructure to support recommended Wideband Transport architecture. Include detailed interfaces, required changes to current DoD assets and interfaces, and integration with/into the DoD Information Network (DoDIN) and other DoD systems. Address routing and required changes to the control and management of edge networks (e.g. Army PM/WIN-T, Navy ADNS, AISR, etc.). 3.5 Resiliency, Mission Assurance and Cybersecurity: Describe how recommended architecture and its elements are resilient to adverse conditions (e.g. cyber-attack and Electronic Warfare (EW)), and element unavailability.   4.0 Questions for Industry: The USG requests specific feedback to one or more of the questions below regarding recommended architecture or architecture segments. If more than one (1) architecture alternative is submitted, please provide feedback for one or more of the questions below for each recommended architecture or architecture segment. 4.1 Wideband Transport (Space and Air) Segment: 4.1.1 - How does recommended Wideband Transport architecture support both global coverage and theater surge?  4.1.1.1 - List detailed technical and operational data on spacecraft and/or aerial layer descriptions, frequency bands, beam coverage patterns, how beam forming is performed (if present), antenna types, antenna flexibility,  payload diagram, SWAP estimates for subsystems, SWAP estimates for the overall bus/payload, and support components. 4.1.1.2 - Describe frequency plan(s) (per satellite, per beam, and any constraints in allocating spectrum). Address methods for allocating power levels and control across multiple adjacent beams.4.1.1.3 - Describe methods for accessing, assigning, managing, and adaptively reassigning transport resources to support congestion management. Include associated timelines with management and control dependencies. 4.1.1.4 - Describe cross-segment network topology, user traffic flow, and geographic implications.   4.1.2 - Are there any proprietary and/or specialized waveforms (current or in development) by DoD and/or Industry to be utilized in recommended Wideband Transport architecture? Address implementation where applicable. 4.1.3 - What new standards or changes to existing standards, to include waveforms, modems, interfaces, control, etc. are needed for recommended Wideband Transport architecture? 4.1.4 - What risk is associated with laws and regulations of foreign governments, foreign-owned/based corporations, treaties and international law? Address stability of services under potential changes in corporate structure or ownership and influence of foreign governments under varying conditions of international relations and treaties.   4.1.5 - What assumptions were made in the development of recommended Wideband Transport architecture or architecture segments? 4.2 Operations Management: 4.2.1 - What methods will be employed in requesting and allocating resources within a satellite, across multiple satellites, and across systems?  4.2.1.1 - Identify method for providing bandwidth "surges" to the DoD as geographical areas of interest change. 4.2.1.2 - Identify resource allocation considerations for all users, including Multi-Frequency and Time Division Multiple Access (MF-TDMA) networks. 4.2.1.3 - Describe the overall concept of operations, including planning for primary operations and rapid contingencies. 4.2.2 - How will individual user resources be assigned, managed, and adaptively reassigned? 4.2.2.1 - Identify timelines or dependencies to execute.  4.2.2.2 - Describe mobility support of user and/or transport architecture, to include handover implications (for users transitioning across multiple beams of a satellite and/or across multiple satellites) on operations. 4.2.3 - How will agile re-planning and re-allocation of DoD services within a satellite, across multiple satellites, and across systems, be achieved? 4.2.3.1 - Describe beam, satellite, and system handover protocols. 4.2.3.2 - Describe congestion management.  4.2.3.3 - Describe response to loss of ground or space assets (singular and multiple failures), including design data, capability cost, business approach, etc.4.2.3.4 - Identify timelines or dependencies to execute. 4.2.4 - How does Industry maintain situational awareness? 4.2.4.1 - Address masking of data to and from commercial control centers. 4.2.4.2 - Provide recommendations for improving DoD's situational awareness. 4.2.5 - What are the network control information exchanges between all gateways, control nodes, and end users' equipment?4.2.5.1 - What protections are in place or recommended for them?4.2.6 - How are the Defense Information System Network (DISN), Fiber, and Joint Information Environment (JIE) used for management and control functions across a global enterprise?4.2.7 - What assumptions were made in the development of recommended Operations Management concepts?4.2.8 - What interfaces of an operations, management, and control enterprise are necessary to integrate with a government system that best correlates to the current Space Enterprise Vision?4.2.8.1 - How do these operations, management, and control interfaces impact a potential Enterprise Ground Solution.4.2.8.1 - How could an operations, management and control enterprise properly schedule SATCOM resources to be utilized under a single, or across multiple, satellites of a single, or multiple, constellations/systems?4.3 End-user Equipment and Platform Capability: 4.3.1 - What are the implications to end-user equipment by platform class (e.g., Large Aircraft, UAV, Large Ship, Small Ship, Small Mobile Ground, etc.) of recommended Wideband Transport architecture?4.3.2 - What technical capabilities support communications for mobile users and/or fixed platforms? 4.3.3 - Are there any recommended changes to waveforms, terminals (by platform class), ground infrastructure, and/or networks to facilitate efficient handover? Describe handover during situations associated with coverage capacity limits, surge, interference, cyber-attack, affordability and/or resiliency. 4.3.4 - How would you promote flexibility of end-user equipment to work within recommended Wideband Transport architecture (e.g. waveforms, frequencies, power management, handovers, etc.)? 4.3.5 - What are the characteristics and/or specifications, including SWAP, of any new equipment needed to support recommend architecture? List by platform class. 4.3.6 - What would be required to transition from current equipment to recommended equipment including support to both military and/or commercial terminals? 4.3.7 - What comprises a functional network topology of end users and connections to control nodes, gateways, etc.?  4.3.7.1 - Identify geographic locations of ground infrastructure to support end-users.     4.3.7.2 - Describe flow of control data to and from end-user terminal or other equipment locations.   4.3.7.3 - Describe the network control information exchanges required within the end-user equipment and platforms (by class). Describe the network control information exchanges required between end-users' equipment and control nodes. 4.3.8 - What are the advantages and disadvantages of industry standard interfaces for modems, RF, baseband, and other end-user equipment, and how may they improve or hinder overall performance? 4.3.9 - What governmental structures or other means, such as incentives, would motivate and the industrial sector to adopt the specified architecture, or to provide additional signal protection capabilities?   4.3.10 - What assumptions were made in the development of this recommended end-user equipment and platform capability? 4.4 Ground Infrastructure: 4.4.1 - How is the movement of users and/or platforms handled, and what are the handover protocols or implications? 4.4.2 - What changes to ground infrastructure and networks would facilitate efficient handovers within a satellite, across multiple satellites, and across systems?    4.4.3 - What network and gateway architecture and/or other ground infrastructure are needed to support recommended Wideband Transport architecture?  4.4.3.1 - Describe integration and interfaces between segments and into DoD networks.4.4.3.2 - Describe network control information exchanges between gateways, control nodes, and end-users' equipment and what protections are in place or recommended for them.  4.4.3.3 - Address the management and control of supported commercial and DoD terminals.  4.4.3.4 - Describe response to loss of ground assets (singular and multiple failures), including switchable ground gateways and networks.   4.5 Mission Assurance and Cybersecurity: 4.5.1 - How does Industry provide and evaluate mission assurance (transmission assurance, data and signal protections, vulnerability reductions, etc.)? 4.5.1.1 - Describe assured control of user modems by DoD and/or commercial providers.  4.5.1.2 - Address masking of sensitive users' locations. 4.5.1.3 - Specify assured control of network (including Gateways), including locations of operation centers, gateways, and control path of networks.  4.5.1.4 - Assess assured control of satellite, payload and/or aerial vehicles (Encryption of Spacecraft Telemetry, Tracking and Commanding (TT&C), or other means), including location of operation centers and data path of control networks and redundant (primary and backup) control systems. 4.5.1.5 - Describe Low Probability of Intercept (LPI) and Low Probability of Detection (LPD) features of end-users.   4.5.1.6 - Identify resiliency enhancements and approaches to recommended architecture and elements to address adverse conditions (EW and node or connection unavailability). Address autonomy, endurance, diversity, satellite re-location (maneuver, endurance duration and time lines for relocation), spare capacity on orbit, hidden capability possibilities, automated failover, autonomous protection mechanisms, system replenishment strategy, etc.4.5.1.7 - Describe any process (such as bandwidth redistribution) or other impacts/implications resulting from a loss of capability due to deliberate and/or non-deliberate denial of service efforts/actions. 4.5.1.8 - Describe use of Communications Security (COMSEC) and Cover as it pertains to user data and control information. 4.5.2 - How does Industry maintain operations in the presence of interference? 4.5.2.1 - Identify interference mitigation capabilities of recommended architecture. Address performance (e.g. antenna discrimination, beam forming, on-board processing, etc.). 4.5.2.2 - Address Satellite antenna discrimination and ability / timeline to modify pattern if applicable. 4.5.3 - How does Industry maintain operations in the presence of weather (atmospheric degradations, etc.)? 4.5.4 - How does Industry maintain operations in the presence of cyber-attack?            4.5.4.1 - Address capabilities to detect, isolate, eradicate, and recover from cyber-attack. 4.5.5 - How do you measure Quality of Service (QoS) to ensure Service Level Agreements (SLAs) with regard to the physical layer of bandwidth service, as well as how QoS is monitored for bit/byte-level service?4.5.5.1 - If applicable, provide QoS measures, such as average and peak delay to user service. 5.0 Small Business Consideration: The NAICS code for this project is 334220 - Satellite Communications Equipment Manufacturing. The Applicable Classification Code is "59- Electrical and Electronic Components". The small business size standard is 1,250 employees. Small Businesses with the capability to perform this requirement are encouraged to participate. If you are interested only in subcontracting opportunities please indicate this fact clearly in your submission.  If you have an alternate NAICS code that you believe is applicable to this request, please indicate this in your response. 6.0 White Paper Classification and Proprietary Information: Respondents shall provide an unclassified response to this RFI.  If the respondents wish for their responses to be treated as proprietary, then the respondents shall clearly indicate whether their responses contain proprietary information.  It is the Respondent's responsibility to clearly mark and define to the Government what is considered proprietary data. 7.0 White Paper Format: Responses shall be limited to one per company and shall not exceed 25 pages. Page size shall be 8.5 x 11 with 1 inch margins; text font shall be Times New Roman; text font size shall be no smaller than 11 pt; font size within graphics and tables shall be no smaller than 8 pt. The White Paper transmittal letter, cover page, and table of contents will not count against the page limit. The USG will not accept company literature or marketing materials in response to this RFI.  8.0 Industry Engagement: If Industry has questions prior to preparing the White Paper, or would like to discuss additional information with the Government, please contact Capt Chance Johnson to schedule a date and time for a one-on-one teleconference. Failure to respond to this RFI  does  not  preclude  proposal  submittal  or  Industry  Day  participation  if  a  formal  acquisition  is announced. Industry Day date and location will be determined upon receipt of all responses. 9.0 Response Due Date: 1600 PST, 9 June 2017 (30 days after posting). 10.0 Submission Instructions: Submit an electronic copy in either PDF format or Microsoft Word format to Maj John Alfred-Ockiya, Procuring Contracting Office, at johnemmanuel.alfredockiya@us.af.mil and Mr. Dominic Garcia, Buyer at dominic.garcia.8@us.af.mil by the Response Due Date.  Please Cc: Capt Chance Johnson, at chance.johnson.2@us.af.mil on all email correspondence.  Hard copy responses will not be accepted. 11.0 Questions: All communication associated with this RFI shall be submitted via email to Maj John Alfred-Ockiya, Procuring Contracting Officer, at johnemmanuel.alfredockiya@us.af.mil and Mr. Dominic Garcia, Buyer at dominic.garcia.8@us.af.mil. Please Cc: Capt Chance Johnson at chance.johnson.2@us.af.mil.   12.0 Points of Contact: 12.1 Program Manager: Capt Chance Johnson, chance.johnson.2@us.af.mil or (310) 653-9548 12.2 Contracting: Maj John Alfred-Ockiya, johnemmanuel.alfredockiya@us.af.mil or (310) 653-9585 13.0 DECLARATION:  Respondents are advised that information provided to the Government in response to this RFI may also be reviewed by Federal Funded Research and Development Center, Systems Engineering and Integration, and Advisory and Assistance contractors, not limited to Aerospace, MITRE Corporation, MIT/Lincoln Labs, Sup Inf Technologies LLC, Linquest, Tecolote, Booz-Allen Hamilton, and TriSept Corporation.  These advisors will serve strictly in an advisory capacity to the Government. This RFI is not a formal solicitation. The USG does not intend to award a contract on the basis of this RFI, or to otherwise pay for the information solicited herein. Responses will be used by the USG for informational purposes only as part of its acquisition planning. Information obtained from responses to this RFI will not be used to exclude potential future bidders on any resulting acquisition.Contact Information: John E. Alfred-Ockiya, Phone 3106539585, Email johnemmanuel.alfredockiya@us.af.mil - Dominic Garcia, Buyer, Phone 310-653-9477, Email dominic.garcia.8@us.af.mil Office Address :483 North Aviation Blvd El Segundo CA 90245-2808 Location: SMC - Space and Missile Systems Center Set Aside: N/A

Aerospace Corporation2310 East El Segundo BlvdEl Segundo, CALocation

Address: Aerospace Corporation2310 East El Segundo BlvdEl Segundo, CA

Country : United StatesState : California

Classification

NAISC: 334220 GSA CLASS CODE: 59