Inactive
Notice ID:W31P4Q-15-C-0065
The United States Government is conducting market research to assess industry's interest and capability to offer readily available software solutions for an integrated command and control architecture...
The United States Government is conducting market research to assess industry's interest and capability to offer readily available software solutions for an integrated command and control architecture for short range air defense (SHORAD) and counter-rocket, artillery, mortar (C-RAM) missions. This notice is published in accordance with Federal Acquisition Regulations (FAR) Parts 10.002 and 15.201. This Request for Information (RFI) supports market research and all information received will be used for planning purposes only. This notice does not constitute an Invitation for Bids, Request for Proposals, or Request for Quotes. The Government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to it. PROBLEM STATEMENT: The U.S. Government requires readily available software solutions for an integrated command and control architecture for SHORAD and C-RAM missions. Candidate offerings must meet the following capability set requirements: (1) Interface with various sensors to include: Improved Sentinel, Fire-Finder (Q-36 and Q-37), Lightweight Counter Mortar Radar (LCMR), Q53, Multi-Functional Radio Frequency System (MFRFS), RPS-42, Multi-Mission Hemispherical Radar, Nighthawk Electro-Optical/Infrared (EO/IR), Duke Electronic Warfare Suite, and CORIAN. This interface must be accomplished with no changes to the sensor. (2) Interface with various weapon systems to include Avenger, Compact Laser Weapon System (CLWS), Reconfigurable Integrated Weapons Platform (RIwP), Coyote, THOR High Powered Microwave, and Land-Based Phalanx Weapon System (LPWS) while providing overarching C2 for those systems. This interface must be accomplished with no changes to the weapon system. (3) Support Tactical Data Communications including Enhanced Position Location Reporting System (EPLRS), Single Channel Ground and Airborne Radio System (SINCGARS), and Multifunctional Information Distribution System (MIDS). (4) The system must implement MIL-STD-3011 Joint Range Extension Applications Protocol (JREAP) A, B, and C. (5) Support MIL-STD- 6011B via serial communication. (6) Support Cursor-on-Target interface. (7) Interface and exchange tactical data messages with Air and Missile Defense Workstation (AMDWS). (8) Support the Low Level Air Picture Interface (LLAPI) with coalition forces. (9) Interface with the Wireless Audio Visual Emergency System (WAVES) for RAM and Tactical Ballistic Missile (TBM) alerts. (10) Support Interrogation Friend or Foe (IFF) technology to include Modes 1-4 and Mode 5/S. (11) Support Automatic Dependent Surveillance - Broadcast (ADS-B) technology. (12) Support interface to Global Positioning System (GPS) interface and Network Time Protocol (NTP). (13) Support air track correlation requirements as defined in the MIL-STD-6016F. (14) Support real-time and continuous sensor registration to align sensors. This capability includes sending bias corrections to the sensor/weapon systems as well as having an option to continuously auto-correct. (15) Support sensor fusion techniques to include track merging of covariance data. (16) Support forensic data logging and after-action reports. (17) Support sensor cueing techniques to increase probability of detection for targets. (18) Provide false track reduction techniques to eliminate false warnings. (19) Support ballistic propagation techniques for impact point prediction. (20) Provide sensor merging, fusion and refinement techniques for Point of Origin / Point of Impact (POO/POI) prediction (21) Provide situational awareness display of track locations, sensor locations, coverage and operational status, RAM track location, POO, POI, and battlefield unit locations. (22) Continuously display and manage all air tracks (fixed and rotary wing, UAS, cruise missile, space and ground) on one tactical C2 computer. (23) Support real-time track acquisition, track identification, track correlation, track alerting, track management, track cueing, battle management and status, weapon coordination and management, saturation alleviation, and track dissemination functions. (24) Support Sense, Warn, Intercept, and Respond missions of the C-RAM C2 System. (25) Must run on existing, government furnished equipment (GFE) hardware Miltope SRNC-17, Dell Latitude 7212, and Crystal Rugged Embedded Computer RE1218M. (26) Must be completely interoperable with legacy fielded C-RAM C2 System to include real-time exchange of air and space tracks, RAM tracks, engagement orders with history, Change Data Orders (CDO), unit operational status, track management and battle management data. (27) Must be a Technology Readiness Level 9 (TRL 9) system that has been government tested and accepted operating in the Real-Time Safety Critical Embedded Computing Environment. (28) Must provide a Government-validated training and logistics package. (29) Must provide a real-time 3-Dimensional tactical display of the airspace and battlefield for Commander's Situational Awareness and Engagement Operations. (30) Capable of supporting and integrating into North American Aerospace Defense Command architectures. (31) Must have a current Authority to Operate (ATO) and provide evidence of maintaining a current cybersecurity program. The candidate must be able to support all technical, operational, safety, interoperability, security testing, and be able to provide the requisite training support. (32) Must provide evidence that the candidate solution has achieved MIL-STD 6016F and MIL-STD-3011C Conformance Certification through Joint Interoperability Test Command (JITC) sanctioned testing. (33) Simultaneously support a dual Command & Control (C2) mission role which includes real-time Air Defense and RAM Engagement Operations. (34) Capable of calculating and maintaining Air Track Avoidance (ATA) sectors to the Fire Unit/Weapon prohibiting engagements in identified zones out to 50km, dependent on available sensors (35) Capable of transmitting and receiving Variable Message Format (VMF) K-series messages in support of Call-For-Fire (CFF) requirements. (36) Possess expertise and experience in working with international countries. Must possess product-specific expertise and domain experience to accomplish Foreign Military Sales (FMS) tasks within stringent time constraints. (37) Capable of interfacing to the Blue Force Tracker (BFT) System for reception of VMF messages. (38) Capable of performing the Time-Slot Reallocation (TSR) with the MIDS radio and perform related functions in accordance with MIL-STD-6016F. (39) Capable of receiving and parsing the Air Traffic Navigation, Integration, and Coordinate System (ATNAVICS) All Purpose Structured EUROCONTROL Surveillance Information Exchange (ASTERIX) message formats. (40) Capable of performing an Advanced Battle Manager (ABM) functionality which governs the C-RAM C2 System interactions with multiple disparate weapon systems including "generic" interceptor, gun, missile, electronic warfare (EW), and directed energy (DE) weapons. The ABM will calculate pre-engagement probability of kill and provide mid-engagement updates to all weapons involved. (41) Must maintain of sensor latency < 10 milliseconds (ms) central processing unit (CPU) to CPU. (42) Must maintain of weapon latency < 10 ms CPU to CPU. (43) Interface with existing EW systems without modification to the EW system. (44) Must have DoD approved safety documentation for a catastrophic hazard. (45) Must be able to simultaneously control four or more engagements with different weapon systems. (46) Must provide Probability of Kill (PK) based threat planning in real-time. (47) Must be able to correlate and display at least 2,000 air tracks at ½ hertz (Hz). (48) Must operate at the SECRET classification level. (49) Must comply with the Department of Defense Risk Management Framework. Instructions for Market Survey Response The C-RAM C2 market research will be conducted via white paper submissions: The Government will not reimburse respondents for any costs associated with responses to this notice. Respondents may submit questions to the Contracting Office by email to hillary.s.roy.civ@mail.mil by 14 May 2019. All white papers must be received by the Government Contracting Office electronically through email at hillary.s.roy.civ@mail.mil NLT 14 May 2019 (11:59 pm EST). Responses will consist of an unclassified white paper on 8.5 x 11 inch paper with fonts no smaller than 10 point, one inch margins, in a Microsoft Word or Adobe file format. Each page of the submission shall contain the document identifier in the document header. Respondents should ensure to label any information contained in the white paper considered to be proprietary. At a minimum, the white paper shall provide a description of the technical approach and a statement on how the technical capabilities meet these key attributes: 1.) C-RAM C2 System capabilities as defined above 2.) Operational effectiveness 3.) Integration: Ability of the system to integrate with key Army Battle Command Systems (ABCS) 4.) Sustainable with theater assets (training, maintenance, and sparing) 5.) Affordability: The estimated system costs for budgeting purposes. System costs must be both reasonable and achievable. The baseline for requested solutions is "just good enough." Responses should clearly identify and summarize all previous testing of either individual components of their proposed system of systems, or of the integrated system of systems, by either US Government agencies or other test agencies. 6.) Conformance with the USG's Open Systems Architecture initiatives. Responses should discuss types, extent, depth and breadth of analysis and data to substantiate performance and containment claims. Responses should also describe the firm's capability and experience in providing tactical systems in this mission area. The white paper will contain no more than 15 total pages including tables, charts, and figures. The white paper will include a technical POC, phone number and email.