SUBJECT: Request for Information (RFI), High Capacity BLOS Baseband Backhaul
- NOTICE
This Sources Sought Synopsis (SSS)/Request for Information (RFI) is issued for informational purposes and market research only; it does not constitute a solicitation. The government will not reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting. The information provided may be used by the government in developing its acquisition strategy, statement of work/statement of objectives, and/or performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response as instructed later in this posting.
- BACKGROUND AND SCOPE
The United States (US) Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance and Reconnaissance & Special Operations Forces (ISR & SOF) Directorate, Special Warfare (SW) Program Office (AFLCMC/WISN) is conducting market research to identify possible sources capable of providing a highly reliable communications system that provides commercial broadband internet service while on the move.
- CAPABILITY GAP
The USAF's adoption of Agile Combat Employment (ACE) demands a step-change in communication capabilities for TACP forces, who currently face critical shortfalls in bandwidth, mobility, and security. Existing systems like MUOS lack the capacity to support data-intensive operations like Common Operating Picture (COP) sharing, hindering situational awareness and C2, particularly in contested environments and beyond the Forward Line of Troops (FLOT). This vulnerability directly impacts Personnel Recovery (PR) missions and limits seamless integration with Personnel Recovery Coordination Cells (PRCC), joint, and allied partners. AFSPECWAR requires a modernized, highly reliable, and secure Baseband Backhaul (BB/BH) solution that provides high-bandwidth internet connectivity, leveraging a combination of commercial and military satellite communications (KA, KU, X-band, LEO, MILSAT), 4G LTE/5G cellular, and WiFi networks with seamless failover to ensure resilient and low-probability-of-intercept/low-probability-of-detection (LPI/LPD) communications across all classification levels (NIPR/SIPR/JWICS). This solution must be rapidly deployable, support Commercial Solution for Classified (CSfC) architectures, and integrate with Joint Range Extension Application Protocols (JREAP) to enhance PR operations, strengthen combined joint all-domain command and control (CJADC2)/ACIT capabilities, improve force protection, and maintain interoperability in support of overall mission success.
System Requirements:
T=Threshold O=Objective
KPP* / KSA**:
THRESHOLDS (T) / OBJECTIVES (O):
Operational Band*
T=O
- System shall provide IP-based voice, video, and data networking using High-Capacity KA for GEO constellations
- GEO system shall enable multi-level transport diversity
- Shall be able to switch between KA, KU, X commercial KA band, and KA-SAT constellations
- Shall be certified to operate over XTAR satellites
- Shall provide access to LEO constellations for Ku-band from a 110-degree field of view
Network Speed*
T=O
- GEO system shall provide a service that can be tailored and customized to meet mission goals
- LEO system shall provide download speeds of up to 100 Mbps and upload speeds of 15 Mbps
Interoperability *
T=O
- Shall be interoperable with PRC-163, TW, and Silvus MANET radios
Security*
T=O
- GEO network shall support FIPS 140-2 compliance for TRANSEC
- Shall be able to be set up for Commercial Solutions for Classified (CSfC)
- Shall meet Committee on National Security Systems (CNSS) policy, shall provide NSA secret-approved voice
- Shall meet National Information Assurance Partnership (NAIP) certification standards
- Shall conduct secure classified IPSec VPN tunneling over any IP transport
Environments*
T=O
- Mil STD 810, Mil STD 1275, and Mil STD 461 compliant.
Size Weight and Power (SWaP)*
T=O
- System shall be man-packable
- GEO system terminal shall not exceed 250 Watts power consumption
- LEO system weight shall be less than or equal to 10 lbs
- LEO system terminal shall not exceed 50 Watts power consumption
- LEO system shall be sized to provide service while on the move
- INSTRUCTION TO POTENTIAL RESPONDENTS
Interested parties who desire to participate in this SSS/RFI are encouraged to submit responses that demonstrate they presently have the technology and qualifications to provide the system described above. Responses shall also include the following information:
- Respondent Data: Company/Institute Name Address
Point of Contact (to include phone number and email address) CAGE Code
Web Page URL
Pursuant to NAICS Code 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing state whether the company is:
Small Business (Yes / No) Self-Certified or Third Party Certified Women-Owned Small Business (Yes / No) Self-Certified or Third Party Certified Economically Disadvantaged Women-
Owned Small Business (Yes / No) Self-Certified or Third Party Certified
HUBZone Certified (Yes / No) Self-Certified or Third Party Certified Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified Service Disabled Veteran Owned
Small Business (Yes / No) Self-Certified or Third Party Certified
8(a) Certified (Yes / No) Self-Certified or Third Party Certified SBA Certification Date: SBA Graduation Date:
State whether the company is domestically or foreign owned (if foreign, indicate the country of ownership).
State whether the respondent is interested in being a prime or subcontractor for this requirement.
- Describe the capability of your product or products and provide product information and specifications. Additionally, describe the capability of your product(s) to meet the desired performance requirements listed above. If you are proposing development to integrate existing or new subsystems, clearly describe your approach.
- Responses may include but are not limited to:
- Pictures
- Training videos
- Architecture views
- Drawings
- Associations or connectivity with other end items/systems
- Test results to support meeting threshold and objective requirements
- Ability to deliver 2 units within 6 months after receipt of order
- Rough cost estimate (i.e. rough order of magnitude (ROM)) based on an optimum or varied pricing quantities (this is for Government budget planning purposes and will not be considered a bid or binding in any manner).
- If development and/or integration is required to meet the system requirements, the Government also needs an estimate of the development cost based on complexity (for planning purposes only) to include PHS&T, such as warranties, portable storage, special tooling required, and training.
- Indicate whether the company is currently performing this type of work/whether the capability can be obtained under an existing Government contract. Provide the contract number(s) and Government points of contact accordingly.
- Indicate whether or not the company currently provides this type of work as a commercial
solution. In this instance, “commercial item” means an item that is of a type customarily used by the general public or non-Governmental entities for purposes other than Governmental purposes. Please indicate if this item has been sold, leased, or licensed to the general public; or has been offered for sale, lease, or license to the general public. Indicate whether all materials used are in compliance with the Buy American Act or Berry Amendment (10 U.S.C. 2533a), as applicable.
- Please include product warranty terms as applicable, along with any warranty limitations. If product warranty terms are not applicable, please include N/A.
- Include any spare parts that would potentially be included.
- Provide the details of NET training including process and cost.
- Describe any possible product improvements that could be made or are planned for the solution.
- Describe any risks associated with the fulfillment of this projected requirement. This can include technical, or schedule risks associated with development, key performance parameters, etc.
- Please provide specific details and rationale as to how compliance with FAR 52.219-14, Limitations on Subcontracting, and FAR 52.219-33, Non-Manufacturer Rule, would be achieved in the event the Government sets this requirement aside for small business. Include specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide the anticipated percentage of effort to be subcontracted and whether small or large businesses, including foreign, will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage.
- RESPONSES, COMMUNICATIONS, AND ADDITIONAL CONSIDERATIONS:
- The Government may contact respondents to obtain additional information or clarification to fully understand a company's response. This may include discussions, site visits, demonstrations, etc. to further the Government's understanding of a proposed solution, as well as a company's understanding of the Government's requirements.
- Responses shall not exceed 15 pages (including cover page). Include technical and descriptive text and photographs/illustrations to provide sufficient detail. The submitted documentation becomes the property of the United States Government and will not be returned.
- Respondents shall clearly mark proprietary data with the appropriate markings. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. Any material that is not marked will be considered publicly releasable.
- Government-contracted contractor support personnel may handle proprietary data submitted in response to this RFI. These support personnel will have signed the same Non-Disclosure Agreements (NDAs) as Government personnel.
- If you are currently providing your proposed capability on an existing government contract, please identify the contract and a government POC.
- Broad industry participation for this RFI is encouraged. U.S. and non-U.S. firms are permitted to respond.
- Please note that prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract; the NAICS code for this requirement, if
applicable to the company’s capabilities, should be included in the company’s NAICS code listing in SAM. To learn more about this SAM requirement and how to register, please visit the SAM website at: https://www.sam.gov/portal/SAM
- Responses are due electronically by 12:00PM Eastern time on 25 April 2025 via email to:
Jared Rush
AFLCMC/WISN
Contracting Officer Jared.Rush@us.af.mil
1st Lt Anthony Walker AFLCMC/WISN
Program Manager anthony.walker.42@us.af.mil
- This notice may be updated as additional information becomes available. Questions regarding this announcement shall be submitted in writing by email to the Contracting Officer identified above, with the other individuals identified above copied as a courtesy.
This is a Request for Information (RFI) only to identify potential sources for the solution. The information provided in the RFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as creating such a commitment or as an authorization to incur cost for which reimbursement would be required or sought.
Jared Rush
Contracting Officer AFLCMC/WISN