Description:
DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). IT DOES NOT CONSTITUTE SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A TASK ORDER AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.
Background
The Radio Cryptographic Modernization Program (RCMP) was developed in response to meet new Federal and DoD regulatory requirements to implement new communication protocols and datalink messaging. RCMP replaces existing ARC-210 RT-1797 and ARC-210 RT-1851A with ARC-210 RT-2036 Gen 6 radios. Additionally, a new half-size Remote Control Unit (RCU) is integrated in place of the legacy RCU to support the new Generation (GEN) 6 radios. These new radios include Second Generation Anti-Jam Tactical Ultra High Frequency (UHF) Radio for North Atlantic Treaty Organization (NATO) (SATURN) Tactical Secure Voice (TSV) encryption, and Mobile User Objective System (MUOS) capabilities. SATURN mitigates jamming and provides interoperability with NATO partners. TSV is new encryption used in Line-of-Sight (LOS) and Beyond Line-of-Sight (BLOS) communications. TSV meets National Security Agency (NSA) encryption mandates, the radio encryption engines are software updateable to support planned future TSV releases. A new MUOS capable High-Power Amplifier (HPA) and a new Low Noise Amplifier/Triplexer (LNA/T) will be installed for the ARC-210-GEN 6 radio for continued BLOS communication.
Requirement
- The vendor shall design, develop, code, document, test (lab and ground test support), integrate, and deliver an updated OFP to support CDU) functional requirements.
- The vendor shall identify any interface or specification impacts and deliver Interface Change Notice (ICN) In Accordance With (IAW) the Configuration Management/Data Management (CM/DM) Plan (CMP) for the B-1 Program.
- The vendor shall have Clear Accountability in Design (CAID) responsibility for all new or modified Configuration Items/Computer Software Configuration Items (CIs/CSCIs).
- The vendor shall comply with Military Specifications and Standards, B-1 Systems Specifications, Subsystem Specifications and Reference documents.
- The vendor shall utilize a disciplined systems engineering process to accomplish all tasks required to develop and deliver CNMS products.
No existing documentation can be provided to support the effort at this time.
Responding to this Sources Sought
Interested parties responding to this Sources Sought must provide the following information:
- Company Name
- Business Size
- If the company is a small business, please identify any socio-economic category that many apply
- CAGE Code
- Name of the primary point of contact for the response
- Email Address
- Phone Number
- Capability responses inclusive of submission requirements responses
All information received in response to this Sources Sought may be marked “Proprietary”. After all data has been reviewed, an email response will be sent.
Response Submission Deadline
All information received in response to the Sources Sought must be submitted no later than 4:00 PM, Eastern Standard Time, on 6 August 2025. Submissions should be sent to the Contract Specialist via email to mackenzie.j.buscher.civ@us.navy.mil.