Network Tactical Common Data Link (NTCDL)

expired opportunity(Expired)
From: Federal Government(Federal)
NAVWAR_Headquarters_MKTSVY_17E5BE

Basic Details

started - 19 Aug, 2021 (about 2 years ago)

Start Date

19 Aug, 2021 (about 2 years ago)
due - 12 Oct, 2021 (about 2 years ago)

Due Date

12 Oct, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
NAVWAR_Headquarters_MKTSVY_17E5BE

Identifier

NAVWAR_Headquarters_MKTSVY_17E5BE
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705969)DEPT OF THE NAVY (156405)SPAWAR (5384)SPAWAR HQ (458)NAVAL INFORMATION WARFARE SYSTEMS (458)
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.

Request for Information (RFI)Network Tactical Common Data Link(NTCDL)Scalable Surface Terminal Technologies1DESCRIPTION1.1RFI ScopeThe Naval Information Warfare Command(NAVWAR), on behalf of the ProgramExecutive Office (PEO) Command, Control,Communications, Computers & Intelligence(C4I), Communications and GPS NavigationProgram Office (PMW/A 170) is seekingpotential sources to provide an overarchingCommon Data Link (CDL) solution for allU.S. Navy (USN) Line-of-Sight (LOS)Intelligence, Surveillance, Reconnaissance(ISR) communication requirements.This is a REQUEST FOR INFORMATION (RFI)only. This is not a notice of solicitationissuance. This RFI is intended solely forearly market research, information andplanning purposes and does not constitute aRequest for Proposal (RFP) or a promise toissue an RFP in the future. This RFI does notcommit the Government to contract for anysupply or service whatsoever. Results ofmarket research will be used to determinewhether qualified sources exist and
whethercommercial non-developmental items areavailable to meet the requirements, or if notcurrently available, if current products couldbe modified or otherwise incorporated withother items to meet the requirements. Atthis time, the Navy is not seeking proposalsand will not accept unsolicited proposals.Respondents are advised that the U.S.Government will not pay for any informationor administrative costs incurred in responseto this RFI and that all costs incurred orassociated with responding to this RFI willbe solely at the interested party’s expense.Small businesses having the capabilities toperform the tasking below are encouragedto respond. However, not responding doesnot preclude participation in any future RFP,if any is issued. If an RFP is issued, it will besynopsized on the Contract Opportunities(formerly FEDBIZOPPS) website athttps://sam.gov/ and the NAVWAR e-Commerce Central website at https://e-commerce.sscno.nmci.navy.mil. It is theresponsibility of the potential responders tomonitor these sites for informationpertaining to this requirement.1.2Program Overview2BACKGROUNDAs a Navy Tactical Communications(TACCOM) Program of Record (POR), theNetwork Tactical Common Data Link(NTCDL) is conceptualized as being amodular and scalable shipboard CDLSurface Terminal (ST). For detailedrequirements vendors must be requesttechnical information once Joint CertificationProgram (JCP) number is provided to theContracting Officer, Heidi Radaford via emailHeidi.l.radaford.civ@us.navy.mil.The current NTCDL Surface Terminal isunder development through contractN00039-16-C-0087.3REQUESTED INFORMATION3.1FormatInterested parties are requested to respondto this RFI with commercial productliterature supplemented by amplifyingwritten information. By submittal of thewhite paper, the respondent agrees toindemnify and hold harmless theGovernment, its agents, and employeesfrom every claim or liability, includingattorney’s fees, court costs, and expenses,arising out of, or in any way related to, themisuse or unauthorized modification,reproduction, release, display, or disclosureof any information provided by therespondent to the Government whichincludes the white paper submittal.Responses are due no later than 27September 2021, 10:00 PST. Responsesshall be submitted via e-mail only to MichaelFerlo at michael.ferlo@navy.mil and HeidiRadaford atheidi.l.radaford.civ@us.navy.mil.Proprietary information, if any, SHALL BECLEARLY MARKED. Please be advised thatall submissions become Governmentproperty and will not be returned.PMW/A 170 intends to have the followingsupport contractors assist in the handling,reviewing and processing of submitteddocumentation: Booz Allen Hamilton andTechnology Unlimited Group. Industryrespondents are encouraged to executeProprietary Information Agreements (PIAs)that would permit these support contractorsto assist the Government with review andevaluation of responses submitted to thisRFI. In the absence of an executed PIA,respondents shall include a statement intheir response that explicitly states thatsupport contractor personnel from theaforementioned firms are permitted toreview the response. If a PIA is notexecuted, or a respondent indicates thatsupport contractor personnel from theaforementioned firms are not permitted toreview the response, the response will bereviewed by Government personnel only.The points of contact for submission of thePIAs are:Company: Booz Allen Hamilton (BAH)POC: Kim OlsenEmail Address: olsen_kimberly@bah.comCompany: Technology Unlimited Group(TUG)POC: John ReddanEmail Address: john.reddan@4tug.com3.1.1Response Section 1Section 1 of the response shall provideadministrative information and shall notexceed five (5) pages. Section 1 shallinclude the following as a minimum:•Name, mailing address,overnight delivery address (if different frommailing address), phone number, faxnumber, and e-mail of designated point ofcontact.•Business type (large business,small business, small-disadvantagedbusiness, 8(a)-certified small-disadvantagedbusiness, HUBZone small business, woman-owned small business, very small business,veteran-owned small business, service-disabled veteran-owned small business)based upon North American IndustryClassification System (NAICS) code 334220.•“Small business concern”means a concern, including its affiliates,that is independently owned and operated,not dominant in the field of operation inwhich it is bidding on Governmentcontracts, and qualified as a small businessunder the criteria and size standards in 13CFR part 121. A small business concern forthe purposes of this procurement isgenerally defined as a business, including itsaffiliates, no more than 750 employees.Additional standards and conditions apply.Please refer to Federal AcquisitionRegulation FAR 19 for additional detailedinformation on Small Business SizeStandards. The FAR is available athttp://www.acquisition.gov/far/.•The facility security clearanceof the respondent.•Either (a) a copy of anexecuted Proprietary InformationAgreements (PIAs) with Booz Allen Hamiltonand Technology Unlimited Group asidentified in Paragraph 3.1 above; or (b) astatement that the respondent will allow theGovernment to release its proprietary datato Booz Allen Hamilton and TechnologyUnlimited Group. In the absence of eitherof the foregoing, the Government willassume that the respondent does NOTagree to the release of its submission toGovernment support contractors. In thatevent, the response will be reviewed byGovernment personnel only. Executedcopies of the PIAs will not count against thefive (5) page limit of this section.3.1.2Response Section 2Section 2 of the response shall address thetechnical requirements of this RFI and shallbe limited to thirty (30) pages. Interestedparties are requested to provide commercialproduct literature(s) and supplementarywriting responses which provide additionalamplification that address the questionsbelow. The page limit does not apply to thecommercial product literature(s) nor reportsdocumenting the certification of theproposed solution or solution elements.Describe your company’s capability tomanufacture and or provide a system basedtechnical requirements:a.Describe whether existingsystems/products would meet the projectedtechnical requirements. If the existingproduct only addresses partialrequirements, indicate the variance, alongwith a suggestion on how existingsystems/products could be modified to meetthe Government’s requirements, or how theGovernment’s requirements could bechanged or modified to reduce costs andaccommodate existing commercial systems.b.Outline system compliance withany applicable commercial or military designstandards including any qualifications forshock (MIL-DTL-901E), vibration (MIL-STD-167-1), shipboard electromagneticcompatibility (MIL-STD-461 and MIL-STD-464), and shipboard environmental (MIL-STD-810).c.Highlight any system relatedtechnology enhancements in antennadesign, above deck and below deckequipment interconnection, system cooling,and reductions in size, weight, and powerrequirements from what is listed in therequested specificationsd.Published Unit Costs for similar-to production systems to assist theGovernment in developing estimates forbudgeting purposes.e.Manufacturing periods forsimilar-to production systems to assist theGovernment in projecting procurements forfielding purposes.3.1.3Request TechnicalRequirements DocumentTo request a copy of the technicalrequirements, each company must sign andreturn the Non-Disclosure Agreement (NDA)posted below entitled, "Bidder's RepositoryNDA" and provide the e-mail address,phone number for each requested user, andprovide Joint Certification Program (JCP)active certification number to HeidiRadaford atHeidi.l.radaford.civ@us.navy.mil. Eachcompany may request access for up to tworepresentatives. Each user is required to bea U.S. DoD contractor. If an interestedcompany is a U.S. DoD contractor and doesnot have a JCP certification number, pleasego to websitehttps://www.dla.mil/HQ/LogisticsOperations/Services/JCP/DD2345Instructions/ andsubmit a complete DD Form 2345 to JointCertification Office (JCO). Once DoDContractors have been approved, theGovernment will provide the technicalrequirements via DOD Safe.4INDUSTRY EXCHANGESNAVWAR representatives may choose tomeet with RFI respondents in order toperform Market Research. Such exchanges,should they occur, would only be intendedto get further clarification of potentialcapability to meet the requirements,especially any development and certificationrisks.5QUESTIONSQuestions regarding this announcementshall be submitted in writing by e-mail tothe Contracting Officer, Heidi Radaford viaemail Heidi.l.radaford.civ@us.navy.mil nolater than 25 days after release of this RFI.Verbal questions will NOT be accepted.Questions will be answered by postinganswers to the NAVWAR E-CommerceCentral website; accordingly, questions shallNOT contain proprietary or classifiedinformation. The Government does notguarantee that questions will be answered.To access the NAVWAR E-Commerce Centralwebsite, go to https://e-commerce.sscno.nmci.navy.mil. Click onHeadquarters, then Market Surveys, thenNetwork Tactical Common Data Link(NTCDL) to view important informationrelated to this RFI. Interested parties areinvited to subscribe to the NAVWAR websiteto ensure they receive any importantinformation updates connected with thisRFI. To subscribe, click on https://e-commerce.sscno.nmci.navy.mil/.

COMMAND 4301 PACIFIC HIGHWAY  SAN DIEGO , CA 92110-3127  USALocation

Place Of Performance : COMMAND 4301 PACIFIC HIGHWAY SAN DIEGO , CA 92110-3127 USA

Country : United StatesState : California

Classification

pscCode 58Radar Equipment, Except Airborne