Test Enterprise Network Modernization III (TENM3)- EPG, ASOs, and OTC
ID: W900KK-24-RFI-TENM3Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYACC-ORL

NAICS

Other Computer Related Services (541519)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)
Timeline
    Description

    Special Notice: DEPT OF DEFENSE Test Enterprise Network Modernization III (TENM3)- EPG, ASOs, and OTC

    The DEPT OF DEFENSE, specifically the DEPT OF THE ARMY's ACC-ORL office, has issued a Special Notice for the procurement of Test Enterprise Network Modernization III (TENM3) services. TENM3 encompasses the ATEC requirements of Test Network Modernization, ATEC Fiber Modernization, and Future Wireless Network projects. The purpose of TENM3 is to provide ATEC with a test network capable of moving large volumes of test data for analysis and decision-making via fiber and wireless technologies. The network will support Multi-Domain Live, Virtual, and Constructive (LVC) distributed testing and data transfer to the cloud environment. The program includes the installation and replacement of fiber infrastructures, development and installation of a modern enterprise wireless network solution, and fielding test network hardware. The goal is to meet bandwidth limitations, end of life requirements, redundancy, and network management needs. The TENM3 project will support ATEC's current and future mission-critical test network requirements.

    The procurement notice is seeking industry responses for the network design and cost estimation for a hybrid fiber and wireless communications network architecture. The network will utilize existing infrastructure at U.S. Army Test and Evaluation Command (ATEC) Subordinate Organizations (ASOs) - Aberdeen, Arctic Regions, Electronic Proving Grounds, Redstone, West Desert, White Sands, Yuma, and Operational Test Command (OTC). The procurement will proceed in three phases, with separate RFIs for each ASO.

    The procurement notice provides specific use cases/scenarios for each location to assist potential respondents in developing their proposed solutions. Interested parties are requested to provide well-articulated and detailed technical solutions in their capability statement submissions, along with a cost ROM estimate. The government is specifically seeking responses from interested U.S. vendors, preferably small businesses, that can provide an existing commercial solution for the hybrid fiber and wireless network.

    The requirements for the network solution include cybersecurity support, spectrum utilization and availability, performance, propagation range, integration effort, mobility, portability, recurring cost, scalability, support for future network needs, standards-based technology, upfront cost, training, and high noise performance. The proposed solution should also address how it can be demonstrated, the necessary infrastructure requirements, integration with existing networks, use of commercial off-the-shelf (COTS) technologies, risk mitigation from cyber threats, suitability for requirements (e.g., 5G cellular, Wi-Fi), and any modeling and simulation tools used for coverage analysis. Additionally, a lifecycle sustainment plan with cost estimate is required for the proposed solution.

    Site visits to each location will be conducted to assist vendors in understanding the test environments, existing infrastructure, RFI scenarios, and to answer questions. However, attendance at the site visit is voluntary and not required to submit a response to the RFI.

    The procurement notice provides submission details, including the maximum page limit for capability statement responses, the request for a Rough Order of Magnitude (ROM) cost and schedule information, and the requirement to indicate the company's classification as a large or small business under the listed NAICS codes.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request For Information (RFI) Edwards AFB - Optical Transport Network Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center (AFTC), is seeking information from qualified contractors regarding the provision of Ciena Optical Transport Network (OTN) equipment for an upgrade at Edwards Air Force Base, California. The objective of this Request for Information (RFI) is to gather capability statements to assist in determining an acquisition strategy for the Engineering, Furnishing, Installation, and Testing (EFI&T) of the OTN expansion, which is critical for enhancing communication capabilities to meet modern operational demands. Interested vendors are invited to submit their capabilities, relevant experience, and business size by September 11, 2024, with responses to be sent via email to the designated contacts, Austen Siegler and Jahdiel Salazar. The anticipated contract will be a firm-fixed price under NAICS code 541519, with a standard size of $34 million, and no compensation will be provided for the information submitted.
    PM Tactical Radio Vehicle Installation Kits­ Production II
    Active
    Dept Of Defense
    The Department of Defense is issuing a Request for Information (RFI) to gauge industry capabilities for a potential contract to manufacture radio installation kits. This market research is exploratory and does not guarantee a future Request for Proposal. The focus is on procuring production installation kits for integrating tactical radios into Army vehicles, with an anticipated five-year effort. The contract would involve fabricating kits based on existing Product Level Technical Data Packages (TDPs) provided by the government, with potential inclusion of future TDPs. The scope of work involves: Fabrication of installation kits using TDPs, including Bills of Materials, data sheets, Computer-Aided Drawings, and vendor specs Potential inclusion of future TDPs from various Army platforms Ability to manage risks associated with obsolescence, tight schedules, subcontractors, and long lead times The following quantities are estimated for the production installation kits: FY25: 2,400 FY26: 2,500 FY27-FY29: 2,000 per year To participate, vendors must sign a Non-Disclosure Agreement to access a sample TDP and respond to the RFI. Responses should include: Technical white paper (10 pages) outlining approaches to technical requirements Capabilities white paper or briefing (5 pages) covering: Company profile Experience with similar DoD efforts Certifications in ISO9001 and AS9100D Production and financial capabilities Ability to staff the effort Interested parties should submit their responses within 45 days of the RFI's publication. The government is currently considering a Firm Fixed Price contract for this effort. For clarity, potential applicants should direct questions to the points of contact provided: Nikiya Walden at nikiya.s.walden.civ@army.mil or 520-671-1321, and Sharon Peterson at sharon.a.peterson15.civ@army.mil or 520-671-4110.
    ILTE Product Support for AH-64 FOTE II
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking ILTE Product Support for AH-64 FOTE II. This procurement is for the Integrated Live Virtual Constructive Test Environment (ILTE) for AH-64E Follow-On Operational Test II. ILTE is used to support the testing of the AH-64E Apache helicopter and provides Real Time Casualty Assessment (RTCA) information and Time Space Position Information (TSPI) during test events. The testing will take place at three locations in Texas: Ft. Hood, Dyess Air Force Base, and Naval Air Station Corpus Christi. The ILTE system includes data collection onboard the AH-64E during flight tests and wireless communication with ground stations. The ground stations then communicate wirelessly with ground platforms outfitted with network radios and Aviation-specific Tactical Engagement Simulation System (AVNTESS) instrumentation. AVNTESS is an advanced weapons training system used for live training and testing. The government is seeking capable contractors to deploy and operate the instrumentation for these AH-64E operational tests. The contractors must provide evidence of airworthy certifications for flight instrumentation, J/F-12 licenses for radios, DIACAP or RMF certifications for systems and components, and reports showing prior success with these systems and components. The NAICS code assigned to this procurement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The government anticipates awarding a Firm Fixed-Price contract for this effort with a period of performance estimated to be 12 months. Interested parties must provide company information, including size and small business status, points of contact, and readiness to comply with Limitations of Subcontracting requirements. A white paper response confirming capabilities, certifications, accreditations, and reports must also be provided. Responses are due by November 4, 2016. This notice is for market research purposes and does not constitute a solicitation.
    ACC-APG Div B Competitive / Fair Opportunity Action Industry Update
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE ARMY: ACC-APG Div B Competitive / Fair Opportunity Action Industry Update This notice provides an update for known competitive acquisitions by ACC-APG Division B. The purpose of this update is to improve communication between Army Contracting Command- Aberdeen Proving Grounds (ACC-APG), the Program Executive Office Command Control Communications-Tactical (PEO-C3T), and Industry stakeholders. The update includes a "Program Overview" slide followed by the associated opportunity. Please note that this update is for informational purposes only and is not a formal solicitation or request for proposal (RFP). Formal proposals or quotes should not be submitted in response to this posting. All information contained in this posting is subject to change. Quarterly updates will be posted regularly, and any comments or questions should be directed to the point of contact or Contracting Officer specified in the opportunity of interest. The government will not answer questions or provide any source selection sensitive information. Questions may only be accepted on the information contained within the slide presentation. It is important to note that all procurements are subject to cancellation at any time. The government will not reimburse for any feedback, questions, or documentation provided by industry. Additionally, the government will not provide any procurement sensitive information that would violate the integrity of the source selection process.
    ACC-APG Competitive Opportunities: Division C
    Active
    Dept Of Defense
    The U.S. Army's Contracting Command at Aberdeen Proving Ground has issued a special notice intended to improve communication between the Army and industry stakeholders. While this is not a formal solicitation, it provides quarterly updates on upcoming acquisitions. The Army seeks industry partners for various engineering and technical support services across different divisions. These opportunities are primarily focused on intelligence, software engineering, and electronic warfare systems. The scope of work for these acquisitions varies, but several require support services for software engineering, systems integration, and sustainment. Deliverables include engineering analysis, technical assistance, and intelligence support for Army operations. Several divisions and program offices have outlined their requirements, including CECOM SEC, which seeks software engineering support for intelligence and electronic warfare systems. The estimated value of these contracts ranges from $100 million to over $500 million. Another division, PM EW&C, requires a real-time monitoring solution for a Spectrum Situational Awareness System (S2AS), while SNTRE seeks a spectrum monitoring capability for Army systems. Additionally, PM IS&A has expressed a need for automated data reduction and analysis tools. To apply, applicants should carefully review the requirements outlined in the Excel document attached to the quarterly update. Applicants must submit their proposals electronically, with deadlines varying based on the acquisition. The Army will evaluate applications based on their relevance, technical merit, and cost-effectiveness. Applicants should direct any questions to the designated point of contact, Kellie Lamar-Reevey, ensuring they include the relevant RFP/TOR/Identifier number. This summary provides an overview of the quarterly update and associated files, offering insight into the Army's upcoming acquisitions. For detailed information, potential applicants should review the original notice and attached files.
    U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation & Missile Center (AvMC) Contracting Integrated Product Team (IPT) Findings & Recommendations
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation & Missile Center (AvMC) Contracting Integrated Product Team (IPT) Findings & Recommendations The U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation & Missile Center (AvMC) is seeking findings and recommendations from their Contracting Integrated Product Team (IPT). This notice is a special request for information and suggestions related to the procurement process. The purpose of this notice is to gather insights and suggestions from industry experts and stakeholders to improve the contracting process within the DEVCOM AvMC. The findings and recommendations will be used to enhance efficiency, effectiveness, and overall performance in the procurement of goods and services. Interested parties are encouraged to provide their input and expertise to help identify areas for improvement and propose innovative solutions. The DEVCOM AvMC is particularly interested in suggestions that can streamline the procurement process, reduce costs, and enhance the quality of products and services acquired. This opportunity allows industry professionals to contribute to the development of a more efficient and effective procurement system within the U.S. Army. By participating in this process, vendors and contractors can help shape the future of procurement practices and contribute to the mission of the DEVCOM AvMC. For more information and to submit findings and recommendations, please contact Chrishana Hunt-Granger at chrishana.hunt-granger.civ@army.mil or 520-674-8253. Secondary contact information is also available through Devin Fountain at DEVIN.F.FOUNTAIN.CIV@ARMY.MIL or 2568427591. This special notice presents an opportunity for industry professionals to make a significant impact on the procurement process of the U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation & Missile Center (AvMC).
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Active
    Dept Of Defense
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    NOCA-Ciena Network (OTN) Expansion Phase II and III
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force's AFTC/PZIOA Directorate of Contracting, is initiating a Notice of Contract Action (NOCA) for the Ciena Network Optical Transport Network (OTN) Expansion Phase II and III at Edwards Air Force Base, California. This procurement aims to continue the expansion and installation of an 800G bandwidth transport circuit, building upon the previous Phase I efforts. The contract will be awarded as a sole source, Firm-Fixed Price Contract to ConvergeOne Government Solutions, under the authority of 10 USC 2302(b), with a NAICS code of 541519 and a small business size standard of $34 million. Interested vendors who believe they can meet the requirements are encouraged to submit a detailed technical package by 2:00 p.m. (PST) on September 12, 2024, to Contract Specialist Tammie Umsted at tammie.umsted@us.af.mil, as no telephone inquiries will be accepted due to COVID-19 protocols.
    ULTRA-BROADBAND TERAHERTZ RADIO DEVELOPMENT
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE AIR FORCE: ULTRA-BROADBAND TERAHERTZ RADIO DEVELOPMENT BAA INDUSTRY DAY ANNOUNCEMENT The Department of Defense, specifically the Department of the Air Force, has issued a Special Notice regarding the upcoming Broad Agency Announcement (BAA) FA8750-23-S-7009: Ultra-broadband Terahertz Radio Development. This notice announces an in-person Industry Day event on October 17, 2023, at the Innovare Advancement Center in Rome, NY. The purpose of this event is to provide interested companies/entities with an overview of the problem space to be addressed in the Ultra-broadband Terahertz Radio Development effort. The Ultra-broadband Terahertz Radio Development aims to design, develop, and demonstrate an ultra-broadband radio that dynamically adjusts carrier frequency, output power, and data rate within the frequency range above 100 GHz. This technology has the potential to enable secure wideband applications for communication systems, despite the high atmospheric absorption at these frequencies. The radio can also be utilized for secure channelization in contested spectrum environments. Interested parties can obtain registration form and information for the Industry Day event by emailing AFRL.THz.Comm@us.af.mil. Registration materials, including a US Citizenship Verification form, must be submitted by October 2, 2023. The event will include a general session from 0900 to 1400, with the opportunity for interested attendees to present. Written questions will be accepted and answered after a lunch break, which will not be provided. Individual private breakout meetings with AFRL will be scheduled from 1400 to 1700, and if necessary, local attendees may be asked to schedule additional meetings on the morning of October 18, 2023. Please note that this announcement is not a contract, request for proposal, promise to contract, or a commitment of any kind. The Government will not assume liability for costs incurred by any attendee for presentations, marketing efforts, or data offered for examination. The Industry Day event will be held at an unclassified level, Controlled Unclassified Information (CUI), and open to DoD contractor personnel who are US Citizens only. Attendance is limited to two individuals per CAGE code. All attendees are required to be pre-screened for US citizenship and present two forms of government-issued identification or CAC card upon entry. For further information, please contact Ngwe Thawdar at AFRL/RITGA or Peter Ricci and Claire Parisi at AFRL/RITGA.
    AERIAL LAYER NETWORKING & TRANSMISSION TECHNOLOGIES
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking Aerial Layer Networking & Transmission Technologies. This service/item is typically used to improve the current aerial layer 'network' architecture by enhancing network monitoring and management, robust aerial networks, and proof of concept capabilities. The total funding for this procurement is approximately $99.5M, with individual awards ranging from $1M to $10M. Multiple awards are anticipated, and the Air Force reserves the right to award zero, one, or more contracts based on the offeror's ability to perform the desired work and funding fluctuations. The procurement is open until September 30, 2027. For more information, contact Timothy Weaver at timothy.weaver.16@us.af.mil or Amber Buckley at amber.buckley@us.af.mil.