The RFP Database
New business relationships start here

Link 22 Risk Reduction RFI


Massachusetts, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

 
Request for Information (RFI) for
 
E-3 Airborne Warning and Control System (AWACS)

Link 22

                                                                        

U.S. E3 AWACS
Division AFLCMC/HBS
3 Eglin St.

Hanscom AFB, MA 01731-2100

Any information submitted by respondents to this request is strictly voluntary. All information received from this RFI will be used for planning and market research purposes only. Responses to the RFI become Government property and will not be returned. Respondents 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 will be solely at the interested parties' expense.

Respondents are advised that the Government is under no obligation to provide feedback with respect to any information submitted. To the maximum extent possible, please submit non- proprietary information. Any proprietary information submitted should be identified as such and will be handled accordingly and protected from disclosure. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government shall not be liable for damages related to proprietary information that is not properly identified.

Any submissions in response to this RFI constitutes consent for that submission to be reviewed by Government personnel, Federally Funded Research and Development Center (FFRDC) Contractor employees, and Advisory & Assistance Services (A&AS) Contractor employees supporting AFLCMC/HBS. All A&AS contractor employees supporting AFLCMC/HBS and FFRDC personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information.

 

Government Point of Contacts:

Contracting Officer: Mr. Brian A. Milam, AFMC AFLCMC/HBSK

Program Manager: Mr. David Josephson, AFMC/HBSG

Contract Specialist: Mr. James R. Fenter, AFMC AFLCMC/HBSK

 

1.0 Description

This is a Request for Information (RFI) as defined in FAR 15.201(e), Exchanges with industry before receipt of proposals.

In accordance with FAR 52.215-3, this RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any goods or services. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. 

Respondents are reminded 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 will be solely at the interested party's expense.  Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it may be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential respondents to monitor the FedBizOpps website for additional information.

 2.0 Background


The AWACS program office is seeking sources to perform risk reduction activities related to a future program to replace the E-3G Link 11 secure radio system with Link 22. This future program will integrate new Link 22 hardware and software as well as replace the existing High Frequency (HF) and Ultra High Frequency (UHF) radios with new radios capable of communicating via new Link 22 waveforms.


 






Existing Waveforms




Existing Radios




New Radios






UHF with and/or without anti-jam functionality




Collins Aerospace


AN/ARC-171 (4 per aircraft)




Collins Aerospace


AN/ARC-210 Gen 6 (up to 4 per aircraft)






HF with anti-jam functionality




Collins Aerospace


AN/ARC-230 (E-3 variant of the AN/ARC-190) (3 per aircraft)




Form, Fit, Function upgrade of the AN/ARC-190 (up to 3 per aircraft)






 


 


The Government considers a Link 22 solution that efficiently integrates Link 22 hardware and software with new radios and E-3G mission computing software, providing equal or better tactical data link capability with a minimum logistics footprint to be highly desirable. The baseline for any radio chosen to meet E-3G requirements will need to be DoD/NSA Cryptological Modernization (CM) Initiative compliant.


 

The Government anticipates that the risk reduction effort will involve a range of analysis and engineering activities including:

•·         Analysis of the impact of changing radios including: functional limitations, performance, and availability/sustainability for rapid prototyping/fielding.

•·         Identification of additional Link 22 components beyond the radios to determine what is needed to further develop of the system including: evaluation of current antenna and/or other required antenna options, network switch necessary to meet system performance and co-site filter components.

•·         Evaluation of modifications required to the aircraft's Communication Console, two Communications Cabinets, and Mission Computing hardware and software, as well as the air vehicle antennas.

•·         Design and prototyping necessary to complete analysis tasks.

•·         Analysis of the differences and similarities between the current Link 11 capabilities and the Link 22 capabilities including hardware, software, and message set functionalities.

•·         Cybersecurity gap analysis between the NILE cybersecurity requirements and the USAF cybersecurity requirements.

•·         Analysis of compliance of the following DOD Anti-Tamper policies regarding the Link 22 components:

•o   Federal Information Processing Standard (FIPS) Publication 140-2

•o   National Information Assurance Partnership (NIAP)

•o   Nessus for vulnerability scanning

•o   NSA approved for FPGA (Field-Programmable Gate Array)

•·         Analysis of the Link 22 integration into AWACS E-3G and Mission Computing including implementation of Link 22 message sets in the OMS and UCI (Universal Command and Control Interface) standards.

•·         Prototyping Link 22 message set using simulation software tools (i.e. BOSS simulator).

•·         Analysis


Link 22 Interoperability Testing with MCTR/FIT support for

•o   AFSIT: Air Force System Interoperability Test Certification

•o   JITC: Joint Interoperability Test Command

•o   DT: Development Test, as required

•o   OT: Operational Test, as required

All of these efforts are focused on the USAF AWACS E-3G, which is a highly modified Boeing 707-320.  Knowledge of the Boeing 707-320 may or may not be required for successful completion of effort. The contractor will be required to be able to handle and process data at the collateral SECRET level.

Rapid prototyping/fielding for the fleet of 31 US E-3G AWACS will be contracted as a separate effort based on funding approval. The risk reduction effort is targeted towards low risk entry into rapid prototyping in FY21.

•3.0      Program Office Questions

Company Background:

•1.      Describe your company's capabilities as a prospective vendor capable of performing some or all of the analyses and engineering activities discussed in this RFI.

•2.      Describe your company's experience as a prospective vendor capable of performing some or all of the analysis and engineering activities discussed in the RFI.

•3.      Does your company have a Facility Security Officer (FSO) with cleared personnel to handle and process collateral SECRET data?

•4.      Describe your company's experience of integrating HF & UHF radios on an aircraft.

•5.      Describe your company's experience of identifying and mitigating aircraft co-site interference.

•6.      Describe your company's experience with integrating tactical data link communications on an aircraft.

•7.      Describe your company's ability to obtain and manage Associate Contractor Agreements (ACAs) with Original Equipment Manufacturers (OEMs).

•8.      Describe contract vehicles (e.g. IDIQ) that your company is participating in that AWACS might use to contract for this risk reduction effort.

Government Provided Information Requirements:

•9.      Based on your company's risk reduction experience with aircraft modification programs, what technical data would your company require the government provide in a Technical Data Package to be able to perform this risk reduction effort?

•10.  Based on your company's experience with tactical data link communication system modification programs, what access to AWACS laboratory, ground and aircraft systems would your company need to be provided to in order to accomplish this risk reduction effort?

Strategy Questions:

•11.  What design and prototyping activities (if any) would you recommend to complete the analyses and engineering activities discussed in this RFI?

•12.  If the Government provided (2) ARC-210 Gen 6 radios for this risk reduction effort (as government furnished equipment) how might they be used for risk reduction efforts?

•4.0 Instructions for submitting responses
Your response shall not exceed ten (10) 8.5x11 inch, single spaced, single sided pages in length.  The font shall be no smaller than Times New Roman 10pt.

Please send responses to this RFI to the Contracting Officer, Mr. Brian Milam, and Contract Specialist Mr. James Fenter, no later than 21 Calendar days after publication of this announcement.  Please submit all questions, in reference to this RFI, in writing via email to brian.milam@us.af.mil and james.fenter@us.af.mil. ;

Section 1 of the RFI shall provide administrative information pertinent to the business unit responding to the RFI. Provide the following Business Unit Information:


QUALIFICATION INFORMATION:

•a.       Company / Institute Name:

•b.       DUNS Number:

•c.       Address:

•d.       Point of Contact:

•e.       CAGE Code:

•f.        Phone Number:

•g.       E-mail Address

5.0 Questions

Questions regarding this announcement shall be submitted to the Contracting Officer's Office in writing by e-mail to the Contract Specialist and Contracting Officer. Verbal questions will NOT be accepted.

Questions will be answered by e-mail; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 5 days of the publication date of this RFI will be answered.

6.0 Summary

THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES AND DOES NOT CONSTITUTE A SOLICITATION NOR IS IT AUTHORIZATION TO INCUR COST FOR WHICH REIMBURSEMENT WOULD BE REQUIRED OR SOUGHT.
THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI AND RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. ALL SUBMISSIONS BECOME GOVERNMENT PROPERTY AND WILL NOT BE RETURNED.

James R Fenter, Contract Specialist, Phone 7812254510, Email james.fenter@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP