new 1 request for solutions: digital generation (dgen) subsystem … · 2020. 6. 16. · 141 the...
TRANSCRIPT
Page 1 of 22
Request for Solutions: 1
Digital Generation (DGEN) Subsystem Development and 2
Integration (SDI) Prototype Project 3
16 June 2020 4
1. Purpose and Authority 5
This Request for Solutions (RFS) is issued on behalf of Naval Air Warfare Systems 6
Command (NAVAIR) who desires to identify and select capable vendors that can further 7
advance its capabilities in the areas of electronic threat simulation and measurement 8
focusing specifically on advances in the areas of system concept, architecture 9
development, and requirements definition. The overall goal is to meet the increasingly 10
critical needs for current and future Department of Defense (DOD) aircraft, which 11
contain electronic combat support systems. To achieve this goal, NAVAIR is developing 12
a new simulator program called NEWEG, which consists of a single configurable set of 13
unclassified subsystems. The collection contains one Scenario Simulation and Control 14
(SSC) subsystem, one or more DGEN subsystems, one or more Radio Frequency 15
Generation (RFGEN) subsystems, and a Measurement and Analysis (MAA) subsystem. 16
NEWEG is currently being developed in two Blocks: A and B. The DGEN system will be 17
developed, demonstrated and assessed as part of Block B. The unclassified DGEN 18
prototype project will focus on the continued development and testing of the DGEN 19
subsystem. 20
The objective of the DGEN SDI prototype project is to adapt and expand previous 21
research, development, and initial proof-of-principle prototyping conducted by NAVAIR 22
to date. The DGEN prototype project will design, develop, fabricate, assemble, 23
integrate, and test variants of the initial proof-of-principle DGEN prototype capability. 24
Specifically, the DGEN prototype project will develop and demonstrate specific aircraft, 25
mission, and location tailored variants of NEWEG DGEN subsystem capabilities that will 26
receive commands and data from the SSC and translate the simulated environment into 27
a stream of Pulse Descriptor Words (PDW). The DGEN prototype will perform all pulse-28
to-pulse calculations required to generate a complex emitter environment in real-time for 29
up to eight Million Pulses Per Second (MPPS). These calculations will include modeling 30
the emitter waveform, applying the transmit antenna gain, and applying the radio 31
frequency (RF) propagation, model. The emitter model will generate the PDW relative to 32
the center of rotation of the System Under Test (SUT). In addition to creating PDWs, the 33
DGEN prototype will also be responsible for recording and replaying the PDWs that it 34
creates. Finally, the DGEN prototype will be required to stream third-party PDWs while 35
generating PDWs internally. 36
The tailored aircraft, mission, and location variant design and development tasks 37
associated with the DGEN prototype project will be tested (demonstrated and assessed) 38
with NEWEG systems at different DOD locations to include, but not limited to: (1) Air 39
Station ASIL facility, Patuxent River NAS, MD, (2) Atlantic Test Range Facility, Patuxent 40
River NAS, MD, (3) Benefield Anechoic Facility (BAF), Edwards AFB, CA, (4) Electronic 41
Combat Simulation and Evaluation Laboratory, NBVC Pt. Mugu, CA, (5) Electronic 42
Combat Range, NAS China Lake, CA, and (6) JPRIMES facility, Eglin AFB, FL. 43
Page 2 of 22
The graph below illustrates the operational view (OV) of the NEWEG and each 44
subsystem to include the DGEN prototype. 45
2. Summary and Background 46
47
2.1. Overview 48
The DGEN subsystem is responsible for describing a set of waveforms that will be 49
received by a system under test (SUT) from many emitters in a simulated radio 50
frequency (RF) environment. Emitters may be stationary or moving radars, 51
communications, or other EW transmitters. The DGEN subsystem receives commands 52
and data from the SSC according to the NEWEG Interface Design Description (IDD). It 53
translates the programmed environment into digital pulse descriptor words (PDW) in a 54
format specified by the DGEN-RFGEN Interface Control Document (ICD). It performs all 55
pulse-to-pulse calculations required to generate a complex emitter environment in real-56
time (e.g., applying environmental, atmospheric, and other propagation effects and 57
losses to each pulse). The DGEN handles the calculating and scheduling of pulsed 58
descriptor waveforms for up to 8 million pulses per second (MPPS) for pulsed and 59
modulations for non-pulsed signals by directly interpreting Electronic Warfare Integrated 60
Reprogramming Database (EWIRDB) Standard EWIR Reference Format (SERF) and 61
Waveform Descriptor Word (WDW) files. The DGEN calculates each PDW from the 62
emitter to the SUT Center of rotation and transmits up to 8 MPPS to the RFGEN 63
subsystem via an Ethernet fiber. 64
The DGEN subsystem consists of an Electronic Industries Alliance (EIA) Standard 19 in 65
electromagnetic interference (EMI) shielded cabinet housing, the Advanced Modular 66
Page 3 of 22
Pulsed Simulator (AMPS) Server(s), a field-programmable gate array (FPGA) board 67
housed within each AMPS Server, interface and timing hardware, a data recorder, and 68
an uninterruptable power supply. Each AMPS has the processing capability to generate 69
waveforms from non-reactive (Level-1) and reactive emitters (Level-2, -3) 70
simultaneously. Level-1 emitters are modeled in real-time using the VIPER FPGA board 71
and Level-2,-3 emitters are modeled in software using real-time Keystone. The AMPS 72
Server is an end-to-end PDW generator that is capable of storing up to 5,000 emitters 73
and modeling 1,024 Level-1 and 13 Level-2,-3 simultaneous emitters, and generating 2 74
MPPS with high-fidelity propagation effects. To reach higher emitter counts and pulse 75
densities, AMPS units are stacked within the DGEN cabinet. A complete AMPS unit 76
consists of a server blade with a graphics-processing unit (GPU) and a VIPER FPGA 77
board. The VIPER board is a standard Peripheral Component Interconnect Express 78
(PCIe) board in the same form factor as a GPU. It contains a Xilinx Virtex-7 FPGA. It 79
provides up to 12 10Gb Ethernet links. This board serves as the primary connection 80
point to the RFGEN PDW bus. 81
The DGEN system, because of its modularity, can be configured with a single AMPS 82
system and can be extended up to 4 AMPS. This modularity allows a system’s 83
emitter/pulse density to increase through the addition of these AMPS and minor cabling. 84
Another optional DGEN capability is antenna port processing. Currently, DGEN itself 85
calculates the parameters of the received RF pulse at a single SUT reference point. By 86
adding another server, that response can be extended out to every SUT antenna port. 87
Note, this server is simply the AMPS server configured with different software and 88
firmware. Note, the table below provides insight to DGEN’s scalability. 89
90
System # Emitters (Level-1/Level-2-3) # Pulses (MPPS) SUT RF References
Base DGEN 1024/13 2 1 Reference Point
Full DGEN 4096/52 8 1 Reference Point
DGEN + 1024/13 0.5 Each Antenna Port
Table 1 DGEN Scalability 91
Primary DGEN operation is done through the SSC. The only user interface with the 92
DGEN subsystem is via the Standalone Controller GUI. This GUI is a Web page 93
connected to a Web server available on the DGEN subsystem. The Web server hosts 94
HTTP/HTTPS services in sync with current HTTP/HTTPS standards, and the user 95
requests a Web page, which is served by the RTI Web Integration Service. The RTI 96
Web Integration service executes on the Master AMPS server. The communication 97
architecture is based on Data Distribution Service (DDS) Publish and Subscribe 98
paradigm, where the data writers are used to publish data, and data readers are used to 99
subscribing to data. To establish communication with the DGEN subsystem, the Web 100
server is integrated with DDS. 101
102
3. General information 103
104
3.1. Training and Readiness Accelerator (TReX) 105
Vendors interested in responding to this RFS must be members of TReX or teamed with 106
a TReX member. Information about membership can be found on the following 107
Page 4 of 22
webpage: https://nstxl.org/membership/. This project will be managed and supervised 108
by the Integrated Battlespace Simulation and Testing (IBST) program management 109
team. 110
All Government participants and advisors in the evaluation process will be required to 111
sign non-disclosure agreements (NDAs). 112
The Government will evaluate the solutions with the intent of awarding an Other 113
Transaction Agreement (OTA) in accordance with 10 U.S. Code § 2371b 114
115
3.2. Allowable Costs and Teaming 116
An individual vendor may not submit more than one comprehensive response to this 117
RFS as a Prime. A vendor may participate as a sub-vendor to multiple responses. The 118
cost of preparing and submitting a response is not considered an allowable direct 119
charge to any Government contract or agreement. Non-compliance with the submission 120
instructions provided herein may preclude the vendor from being considered for award. 121
122
3.3. Non-Government Advisors 123
This is to advise you that non-Government advisors will assist in the evaluation. The 124
use of non-Government advisors will be strictly controlled. Non-Government advisors 125
will be required to sign a Non-Disclosure Agreement (NDA) prior to working on the 126
DGEN effort. Agreements Officer will review NDAs for conflict prior to allowing access to 127
source selection information. 128
All non-Government advisors will only have access to the information corresponding to 129
their area(s) of expertise. Advisors will not have access to the Price Volume of the 130
response. The companies identified herein have agreed not to engage in the 131
manufacture or production of hardware/services/R&D that is related to this effort, and to 132
refrain from disclosing proprietary information to unauthorized personnel. 133
The following companies will have non-Government personnel advising: 134
135
Deloitte Consulting, LLP. 136
22454 Three Notch Rd, Suite 202 137
Lexington Park, MD 20653 138
CAGE Code: ITTG5 139
4. GFI/GFE/GFP 140
The Government will make available the following DGEN SDI Government Furnished 141
Information (GFI): 142
143
1. Attachment #1 – System Requirements Specification (SRS) for the Next 144
Generation Electronic Warfare Environment Generator (NEWEG) Block B, 29 May 145
2014 146
2. Attachment #2 – DGEN-RFGEN Interface Control Document (ICD), 30 July 2019 147
Version 1.02 148
3. Attachment #3 – Interface Design Description (IDD) for Next Generation Electronic 149
Warfare Environment Generator (NEWEG), 30 July 2018 150
151
Page 5 of 22
The GFI will contain the Distribution D. The TReX member/team will require processing 152
and approval before being authorized to receive any project exhibits to include 153
GFE/GFI, such as technical documentation, software, data packages, etc. All exhibits 154
will be considered “As Is” upon being transferred. 155
156
To obtain the GFE/GFI documentation, the vendor shall submit a request in writing to 157
[email protected], with “DGEN SDI GFI” used in the subject line along with 158
the required information as outlined in the Security Process for Vetting Vendors, 159
Attachment 7 and the Vendor GFI Tech Data Distribution Agreement, Attachment 8. 160
The Distribution Agreement will provide further guidance regarding the handling of GFI 161
after OTA award. 162
163
In summary, for the DGEN SDI RFS and accompanying solutions, the Government 164
anticipated the distribution of FOUO/Controlled Unclassified information at a D 165
classification level (Distro D). The government anticipates this project to be classified at 166
the SECRET level. The DGEN SDI prototype itself will be UNCLASSIFIED. However, in 167
order to develop the DGEN prototype, the vendor(s) will need to have access to a 168
SECRET level database and information; therefore, all vendors and teammates (sub-169
vendors) will need to be able to perform under this classification level at the time of the 170
award. The DGEN SDI prototype project is open to U.S DOD vendors and sub-vendor 171
only. 172
173
5. Solution Responses 174
Solution submissions should address planned documentation deliverables (including 175
format and content) and any planned demonstrations, design reviews, and management 176
reviews. A proposed Integrated Master Schedule (IMS) shall be provided in a Microsoft 177
Project format. 178
Responses shall be submitted in an editable/executable (not scanned) Word/Adobe 179
PDF format and limited to no more than 20* standard size (8 ½” X 11”) pages for the 180
total volume count (see table below), using standard 12-point Arial font. Charts or 181
figures are not bound by the 12-point font requirement but shall be clearly legible. The 182
page size of 11” X17” is allowed for charts or figures only, and each page will be 183
counted towards the 20* page limit (see Table 1). If the solution exceeds the page 184
limitation, the Government may choose not to read any information exceeding the 20* 185
page limit, and the information may not be included in the evaluation of the solution. 186
187
Volume Section Format**
Counted towards the page limit Page
Limit Yes No
General
Cover Page
Word/PDF
X
5
Nontraditional Status X
FOCI Status X
OCI & Mitigation Plan X
Security Requirements X
Page 6 of 22
Company Information X
Technical
Cover Page Word/PDF X
15
Sub-Vendor List Word/PDF X
Solution Paper Word/PDF X
Schedule (IMS) MS Project X
Government Data Rights in Technical Data and Computer
Software
Word/PDF X
Labor & Pricing
Cover Page Word/PDF X
Labor Hours & Pricing Excel X
Follow-On ROM*** Word/PDF X
Table 2- Page Limits 188
189 *The Cover Pages, OCI & Mitigation Plan, , Sub-Vendor List, IMS, Government Data Rights in Technical Data 190 and Computer Software, ROM, and Excel format Labor & Pricing Breakdown are not included in the 20 page 191 total. 192
**ALL PDFs will be editable (not locked). 193
*** Follow-On ROM is not part of the evaluation and is only being used for future planning purposes. 194
195
Any additional information the vendor deems pertinent may be incorporated into the 196
solution, but the total submission shall not exceed the 20-page limitation identified in 197
Table 1 above. 198
199
5.1. RFS Solution Responses 200
Interested parties shall provide an RFS solution response. The RFS solution response 201
shall contain separate General, Technical, and Price Volumes. No pricing detail shall 202
be provided in any volume other than the Price Volume. As appropriate, vendors shall 203
mark their submissions with proprietary, confidential, etc. The volumes shall consist of: 204
General Volume Contents List 205
o Cover Page 206
o Nontraditional Status 207
o Foreign-Owned, Controlled or Influenced (FOCI) status 208
o Organizational Conflicts of Interest (OCI) and Mitigation Plans 209
o Security Requirements 210
o Company Information 211
Technical Volume Contents List 212
o Cover Page 213
o Sub-Vendor List 214
o Solutions Submission 215
o Delivery Schedule 216
o Integrated Master Schedule (IMS) 217
o Government Desired Rights in Technical Data and Computer Software 218
Page 7 of 22
Labor & Pricing Volume Contents List 219
o Cover Page 220
o Labor and Pricing 221
o Follow-On Rough Order of Magnitude (ROM) 222
223
General Volume 224
If the vendor fails to provide the requested documents, the solution may be denied 225
further evaluation at the Government's discretion. 226
227
5.1.1.1. Cover Page 228
The cover page shall include the title, vendor’s name, Commercial and Government 229
Entity (CAGE) Code (if available), Data Universal Numbering System (DUNS) number, 230
Business Size, address, the primary point of contact (phone number & email), and 231
status of U.S. ownership. The North American Industry Classification System (NAICS) 232
Code for this effort is 541512, Computer System Design Services. 233
234
5.1.1.2. Nontraditional Status 235
The vendor shall provide its nontraditional business status or its ability to meet the 236
eligibility requirements of 10 U.S.C. §2371b. The vendor shall check one of the 237
following boxes – with appropriate justification if needed. 238
239
□ There is at least one nontraditional defense contractor or nonprofit research 240
institution participation to a significant extent in the project. 241
242
□ All significant participants in the transaction other than the Federal Government 243
are small businesses or nontraditional defense contractors. 244
245
□ At least one-third of the total cost of the project is to be provided by sources other 246
than the Federal Government. 247
248
If the vendor is not a nontraditional defense contractor (NDC) and the first two 249
checkboxes are not checked, additional information is needed to support the eligibility 250
requirements of 10 U.S.C. §2371b. 251
252
The vendor shall provide the name, CAGE code, and DUNS number information for the 253
NDC. Additionally, the vendor shall provide what portion of the work the NDC is 254
performing and an explanation of how the prototype would not succeed based on the 255
portion of work performed by the NDC. 256
257
Definition Nontraditional – an entity that is not currently performing and has not 258
performed, for at least one-year period preceding the solicitation of sources by the 259
Department of Defense (DoD) for the procurement or transaction, any contract or 260
subcontract for the DoD that is subject to full coverage under the cost accounting 261
standards prescribed pursuant to 41 U.S.C §1502 and the regulations implementing 262
such section. 263
264
Page 8 of 22
5.1.1.3. Foreign-Owned, Controlled or Influenced (FOCI) Status 265
In accordance with RFS Attachment 7, Security Process for Vetting Vendors, the 266
General Volume must include a certification that the vendor (and subcontractor(s)) are 267
not Foreign-Owned or under USA FOCI status (and are not in a merger or purchasing 268
discussions for a Foreign company or USA FOCI Company). Should a prospective 269
vendor be unable to certify so, they will be ineligible for the award unless the mitigating 270
circumstances in Attachment 7 Security Process for Vetting Vendors are met. In such a 271
case, these mitigating circumstances shall be detailed in an appendix to the General 272
Volume. 273
274
Security Vetting: All vendors who want to compete, bid, or team with others for this 275
effort must be willing to comply with the PEO STRI Security Process for Vetting. All 276
vendors (Prime and Subs) must be vetted for eligibility, suitability, national status, e.g., 277
FOCI prior to the receipt of any award instrument. 278
279
5.1.1.4. Organizational Conflicts of Interest (OCI) and Mitigation Plan 280
Vendors will submit an OCI Mitigation Plan via an appendix to its General Volume. In 281
the event, there are no real or perceived OCI, simply state so and annotate what actions 282
would be taken in the event that one is realized. The OCI mitigation plan is not part of 283
the solution page count. 284
285
5.1.1.5. Company Information 286
Within this section, the vendor may include relevant or other miscellaneous information 287
the company wishes to express to the Government (e.g., previous work, partnerships, 288
awards, company structure, etc.). 289
290
Technical Volume 291
292
5.1.2.1. Cover Page 293
The cover page shall include the title, vendor’s name, CAGE Code (if available), DUNS 294
number, Business Size, address, the primary point of contact (phone number & email), 295
and status of U.S. ownership. 296
297
5.1.2.2. Sub-Vendor List 298
The vendor shall provide a list of all sub-vendors involved and their role within the 299
performance of your submission as an appendix to the Technical Volume. The list shall 300
include FOCI status and OCI. 301
302
5.1.2.3. Solution Submission 303
The prototype effort is expected to be conducted by the vendor that demonstrates and 304
proves technical competence, is adequately skilled, has past performance in the 305
relevant technologies and systems within the past 5 years, and demonstrates price 306
reasonableness. 307
Vendors will be requested to provide proposed solutions outlining their: 308
Technical Merit – The vendor’s technical analysis and design approach to carry 309
out the project requirements in accordance with the NEWEG Modular, Open, 310
Page 9 of 22
Scalable Architecture (MOSA) and model-based threat simulation approach. 311
See the SRS, Attachment 1. 312
313
The vendor’s past experience designing, developing, prototyping, and 314
producing electronic threat simulation and measurement systems that can 315
ingest and directly simulate validated intelligence data in EWIRDB format. 316
317
The vendor’s past experience designing, developing, prototyping, and 318
producing advanced test systems and capabilities in accordance with NEWEG 319
ICDs, IDDs, and open architecture standards. 320
321
The vendor’s past experience in working with various interfacing subsystems 322
such as SSC 1.0/2.0 and various RFGEN vendors. 323
324
The vendors past experience supporting the test and assessment of aviation 325
platforms at DoD test facilities. 326
327
The vendors capability to handle simultaneous development and production 328
efforts for multiple platforms, missions, and locations. 329
330
The vendor’s ability to establish and sustain product lines at multiple locations. 331
332
333
Management Capabilities to include Team composition/personnel and sub-334
vendor involvement, including a description of subcontractor tasks, as well as 335
manufacturing capabilities and facilities. 336
337
An Integrated Master Schedule for the entire effort. 338
The technical response is expected to clearly outline the appropriate assertion right in 339
technical data, computer software, and software documentation that will be delivered 340
with the solution. 341
342
The above capabilities are not listed in any specific order of priority and are provided to 343
help focus vendor responses. In addition to describing the approach to delivering these 344
capabilities, the technical solution shall also include full discussions of: 345
346
Anticipated development risks. 347
348
Proposed timeline tied to milestone activities for the 36 to 60-month period of 349
performance. 350
351
5.1.2.4. Delivery Schedule 352
This section should include an anticipated delivery schedule: The vendor is to include 353
the anticipated delivery dates with their solution that includes all DGEN SDI capabilities 354
and completion dates for key design reviews, test events, Integrated Product Team 355
collaboration activities, and other tasks and deliverables as described herein. 356
357
Page 10 of 22
5.1.2.4.1. Integrated Master Schedule (IMS) 358
An IMS is to be created using Microsoft Project. The IMS should be resource loaded 359
with each task, including a predecessor (if applicable). The IMS may be attached as an 360
appendix file. The IMS is not included in the total page count, and page count is 361
unlimited. 362
363
5.1.2.5. Data Rights 364
Government desired rights are described in Section 5.1.2.7 of this RFS. For data rights 365
other than unlimited or government purpose rights, the vendor shall assert each 366
instance with justification within the Data Rights Assertions tables in Attachment 4. 367
368
5.1.2.6. DGEN SDI Prototype Phases 369
The NAVAIR DGEN SDI prototype project will be executed in five phases, starting with 370
initial design, development, fabrication, assembly, test, and transition of baseline DGEN 371
prototype capabilities. Phase One, the baseline DGEN prototype capabilities, will build 372
on and advance the initial design, development, and proof of principle prototyping of 373
DGEN capabilities conducted by NAVAIR to date. Next, the DGEN SDI Prototype 374
project will design, develop, fabricate, assemble, test, and transition DGEN prototype 375
variants based on specific DOD aircraft, location, and mission requirements and desired 376
enhancements to establish initial operational capabilities (IOC) in support of different 377
DOD programs and activities to include the Navy, Air Force, and Army as well as other 378
divisions of the DoD. 379
The prototype phases explain the high-level scope and deliverables required before 380
proceeding to the subsequent Technical Objective (TO). The Government has the right 381
to deny or approve entry into the next TO. The Government reserves the right to reject 382
any deliverables. At the Government's discretion, the vendor may be required to revise 383
and resubmit deliverables. If the Government determines that the vendor has not 384
successfully met the TOs and/or has not produced the required (approved) technical 385
documentation, the Government may terminate the prototype effort at any decision point 386
(DP). 387
The phase is considered complete upon the successful demonstration of the collective 388
TOs and the approval of all deliverables. However, the Government, at its discretion, 389
may choose to proceed into subsequent TOs before the approval of TO objectives 390
and/or deliverables. 391
Estimated Timeline: The Government anticipates that the total period of performance 392
for this effort, which consists of five phases, will not exceed 36 to 60 months total 393
dependent upon the potential concurrent or non-concurrent execution of one or more 394
phases. 395
The timeline below identifies the suggested/estimated completion of each TO milestone. 396
The vendor will present its timeline for approval within the delivered IMS before the 397
Kickoff meeting. 398
Phase One: Baseline Development (estimated 12 months) 399
Phase One Description: The purpose of this phase is two-fold: (1) Design and 400
develop baseline DGEN SDI prototype capabilities, and (2) Test and Evaluate (T&E) 401
the baseline DGEN SDI prototype capabilities with the NEWEG to verify and validate 402
Page 11 of 22
the DGEN capabilities. The resulting DGEN SDI prototype capabilities will serve as 403
the test surrogate and baseline to support the initial design and development of 404
additional aircraft, mission, and location-specific variants of the DGEN SDI 405
prototype, phases two through five. Test and integration activities will take place at 406
NAVAIR 5.4 IBST or a location determined by the Government. Upon successful 407
completion of the test activities, baseline DGEN SDI prototype will be delivered and 408
transitioned to NAVAIR 5.4 IBST. 409
410
Phase One Technical Objectives: 411
o Design and development of the baseline DGEN SDI prototype. 412
o Production of baseline DGEN SDI prototype capabilities to support testing 413
activities. 414
o T&E baseline DGEN SDI prototype capabilities with the NEWEG. 415
o Testing of the baseline DGEN SDI prototype capabilities. 416
o Transition of the baseline DGEN SDI prototype capabilities to NAVAIR 5.4 IBST to 417
support the design and development of DGEN prototypes tailored to address 418
specific aircraft, mission, and location requirements. 419
Phase One Outcomes: 420
o Design, development, test, and transition baseline DGEN SDI prototype 421
capabilities. 422
o Minimal system requirement of base DGEN with objective of DGEN+ variant to 423
meet an open architecture scheme for multiple RFGENs. 424
o All documentation, analysis, models, simulations, reports, etc. related to the 425
design, development, and testing of baseline DGEN SDI prototype capabilities. 426
427
Phase One Decision Point: Due to the lack of dependency of the phases following 428
Phase One, DP One will be used to determine entry into Phase Two, Three, Four, 429
and/or Five. Upon validation of the Phase One prototype baseline, any of the five (5) 430
phases (Phase Two, Three, Four, and Five) may be started simultaneously, 431
consecutively, or staggered. The start of each of the following phases will be 432
dependent upon funding availability. Individually, Phase Two, Three, Four, and Five 433
are not dependent on the start or completion of additional phases. Each can be 434
started and completed at the end of Phase One or before, during, or after the start of 435
completion of the remaining phases. 436
Phase Two: US Navy Variance (estimated 12 months) 437
Phase Two Description: The purpose of this phase is to design, develop, and test 438
variants of the baseline DGEN SDI prototype to support specific US Navy aircraft, 439
mission, and location requirements. The Navy aircraft variants will focus on their 440
specific missions and locations, and any nuances between developing the baseline 441
DGEN SDI prototype versus developing DGEN SDI prototypes to support the other 442
DOD programs and activities. NAVAIR anticipates transitioning the initial Navy 443
variants to four locations: (1) Air Station ASIL facility, Patuxent River NAS, MD; (2) 444
Atlantic Test Range Facility, Patuxent River NAS, MD; (3) Electronic Combat Range, 445
NAS China Lake, CA; and (4) Electronic Combat Simulation and Evaluation 446
Laboratory, NBVC Pt. Mugu, CA. NAVAIR also anticipates testing and 447
Page 12 of 22
demonstrating additional DGEN SDI capabilities at other Navy locations as those 448
specific aircraft, missions, and the host program or activity defines location 449
requirements (variants). Upon successful completion of the test activities, the DGEN 450
SDI prototype(s) will be delivered and transitioned to NAVAIR 5.4 IBST. 451
452
Phase Two Technical Objectives: 453
o Design and development of the US Navy variant DGEN SDI prototypes that 454
address specific aircraft, missions, and locations. 455
o Initial fabrication of the US Navy variant DGEN SDI prototypes that address 456
specific aircraft, missions, and locations. 457
o Initial developmental testing of the US Navy variant DGEN SDI prototypes that 458
address specific aircraft, missions, and locations. 459
o Delivery of US Navy variant DGEN SDI prototypes that address specific aircraft, 460
missions, and locations. The number of prototypes will be determined by the need 461
of the various variants initiated at the start of the phase. 462
o Test the viability of US Navy variant DGEN SDI prototypes that address specific 463
aircraft, missions, and locations with the NEWEG to verify and validate the 464
feasibility and utility of the variant prototype capabilities at each delivery location. 465
o Reach IOC of the US Navy variant DGEN SDI prototypes that address specific 466
aircraft, missions, and locations. 467
468
Phase Two Outcomes: 469
o Design, development, fabrication, and delivery of US Navy variant DGEN SDI 470
prototypes that address specific aircraft, missions, and locations [the test article(s) 471
required to support testing of the US Navy variant prototypes]. The number of test 472
articles will be determined by the need for the various variants initiated at the start 473
of the phase. 474
o Test the viability of US Navy variant DGEN SDI prototypes that address specific 475
aircraft, missions, and locations to determine the feasibility and utility of the variant 476
prototype capabilities. 477
o Establish IOC for the technical feasibility of the US Navy variant DGEN SDI 478
prototypes that address specific aircraft, missions, and locations. 479
o All documentation, analysis, models, simulations, reports, etc. related to the 480
design, development, and fabrication of the US Navy variant DGEN SDI prototypes 481
that address specific aircraft, missions, and locations and the declaration of IOC 482
483
Phase Two Decision Point: Phase Two may be ready for a DP upon the successful 484
completion of all Phase Two requirements. DP Two may occur after a successful 485
demonstration of the Phase Two requirements and may be made before the 486
Government acceptance of all Phase Two deliverable outcomes. Completion of 487
Phase Two may also serve as the successful completion of the DGEN SDI prototype 488
project to include the transition of all deliverables to the US Navy. 489
490
Phase Three US Air Force Variants (estimated 12 months) 491
492
Phase Three Description: The purpose of this phase is to design, develop, and test 493
variants of the baseline DGEN SDI prototype to support specific US Air Force 494
Page 13 of 22
aircraft, mission, and location requirements and desired enhancements. The Air 495
Force variants will focus on different types of aircraft, specific missions and 496
locations, and any nuances between developing and producing the baseline DGEN 497
SDI prototype versus developing and producing DGEN SDI prototypes to support 498
the other DOD programs and activities. NAVAIR anticipates integrating, testing, and 499
demonstrating additional DGEN SDI capabilities at multiple Air Force Base (AFB) 500
locations as those specific aircraft, mission, and location requirements (variants) are 501
defined by the host program or activity. Upon successful completion of the test 502
activities, the DGEN SDI prototype(s) will be delivered and transitioned to NAVAIR 503
5.4 IBST. 504
505
Phase Three Technical Objectives: 506
o Design and development of the US Air Force variant DGEN SDI prototypes that 507
address specific aircraft, missions, and locations. 508
o Initial fabrication of the US Air Force variant DGEN SDI prototypes that address 509
specific aircraft, missions, and locations. 510
o Initial developmental testing of the US Air Force variant DGEN SDI prototypes 511
that address specific aircraft, missions, and locations. 512
o Delivery of US Air Force variant DGEN SDI prototypes that address specific 513
aircraft, missions, and locations. The number of prototypes will be determined by 514
the need of the various variants initiated at the start of the phase. 515
o Test the viability of the US Air Force variant DGEN SDI prototypes that address 516
specific aircraft, missions, and locations with the NEWEG to verify and validate 517
the feasibility and utility of the variant prototype capabilities at each delivery 518
location. 519
o Reach IOC of the US Air Force variant DGEN SDI prototypes that address 520
specific aircraft, missions, and locations. 521
522
Phase Three Outcomes: 523
o Design, development, fabrication, and delivery of US Air Force variant DGEN 524
SDI prototypes that address specific aircraft, missions, and locations [the test 525
article(s) required to support the test of the US Air Force variant prototypes]. The 526
number of test articles will be determined by the need of the various variants 527
initiated at the start of the phase. 528
o Test the viability of the US Air Force variant DGEN SDI prototypes that address 529
specific aircraft, missions, and locations to determine the feasibility and utility of 530
the variant prototype capabilities. 531
o Establish IOC for the technical feasibility of the US Air Force variant DGEN SDI 532
prototypes that address specific aircraft, missions, and locations 533
o All documentation, analysis, models, simulations, reports, etc. related to the 534
design, development, and production of the US Air Force variant DGEN SDI 535
prototypes that address specific aircraft, missions, and locations and the 536
declaration of IOC. 537
538
Phase Three Decision Point: Phase Three may be ready for a DP upon the 539
successful completion of all Phase Three requirements. DP Three may occur after a 540
successful demonstration of the Phase Three requirements and may be made 541
before the Government acceptance of all Phase Three deliverable outcomes. 542
Page 14 of 22
Completion of Phase Three may also serve as the successful completion of the 543
DGEN SDI prototype project to include the transition of all deliverables to the US Air 544
Force. 545
546
Phase Four: US Army Variants (estimated 12 months) 547
Phase Four Description: The purpose of this phase is to design, develop, and test 548
variants of the baseline DGEN SDI prototype to support specific US Army aircraft, 549
mission, and location requirements and desired enhancements. The Army variants 550
will focus on different types of aircraft, specific missions and locations, and any 551
nuances between developing and producing the baseline DGEN SDI prototype 552
versus developing and producing DGEN SDI prototypes to support the other DOD 553
programs and activities. NAVAIR anticipates integrating, testing, and demonstrating 554
additional DGEN SDI capabilities at multiple Army locations as those specific 555
aircraft, missions, and the host program or activity defines location requirements 556
(variants). Upon successful completion of the test activities, the DGEN SDI 557
prototype(s) will be delivered and transitioned to NAVAIR 5.4 IBST. 558
559
Phase Four Technical Objectives: 560
o Design and development of the US Army variant DGEN SDI prototypes that 561
address specific aircraft, missions, and locations. 562
o Initial production of the US Army variant DGEN SDI prototypes that address 563
specific aircraft, missions, and locations. 564
o Initial developmental testing of the US Army variant DGEN SDI prototypes that 565
address specific aircraft, missions, and locations. 566
o Delivery of US Army variant DGEN SDI prototypes that address specific aircraft, 567
missions, and locations. The number of prototypes will be determined by the 568
need of the various variants initiated at the start of the phase. 569
o Test the US Army variant DGEN SDI prototypes that address specific aircraft, 570
missions, and locations with NEWEG to verify and validate the feasibility and 571
utility of the variant prototype capabilities at each delivery location. 572
o Reach IOC of the US Army variant DGEN SDI prototypes that address specific 573
aircraft, missions, and locations. 574
575
Phase Four Outcomes 576
o Design, development, fabrication, and delivery of US Army variant DGEN SDI 577
prototypes that address specific aircraft, missions, and locations [the test 578
article(s) required to support the test of the US Army variant prototypes]. The 579
number of test articles will be determined by the need of the various variants 580
initiated at the start of the phase. 581
o Test US Army variant DGEN SDI prototypes that address specific aircraft, 582
missions, and locations to determine the feasibility and utility of the variant 583
prototype capabilities. 584
o Establish IOC for the US Army variant DGEN SDI prototypes that address 585
specific aircraft, missions, and locations. 586
o All documentation, analysis, models, simulations, reports, etc. related to the 587
design, development, and production of the US Army variant DGEN SDI 588
Page 15 of 22
prototypes that address specific aircraft, missions, and locations and the 589
declaration of IOC. 590
591
Phase Four Decision Point: Phase Four may be ready for a DP upon the 592
successful completion of all Phase Four requirements. DP Four may occur after a 593
successful demonstration of the Phase Four requirements and may be made before 594
the Government acceptance of all Phase Four deliverable outcomes. Completion of 595
Phase Four may also serve as the endpoint of the DGEN SDI prototype project with 596
the transition of the test articles to the US Army. This is dependent upon the 597
remaining Phases and their funding during this OT Prototype cycle. 598
Phase Five Other DOD Variants (estimated 12 months) 599
Phase Five Description. The purpose of this phase is to design, develop, and test 600
variants of the baseline DGEN SDI prototype to support specific other DOD aircraft, 601
mission, and location requirements and desired enhancements. The other DOD 602
variants will focus on different types of aircraft, specific missions and locations, and 603
any nuances between developing and producing the baseline DGEN SDI prototype 604
versus developing and producing DGEN SDI prototypes to support the other 605
programs and activities (such as the Navy, Air Force, and the Army). NAVAIR 606
anticipates, testing, and demonstrating additional DGEN SDI capabilities at multiple 607
Other DOD locations as those specific aircraft, mission, and the host program or 608
activity defines location requirements (variants). Upon successful completion of the 609
test activities, the DGEN SDI prototype(s) will be delivered and transitioned to 610
NAVAIR 5.4 IBST. 611
612
Phase Five Technical Objectives 613
o Design and development of the other DOD variant DGEN SDI prototypes that 614
address specific aircraft, missions, and locations. 615
o Initial fabrication of the other DOD variant DGEN SDI prototypes that address 616
specific aircraft, missions, and locations. 617
o Initial developmental testing of the other DOD variant DGEN SDI prototypes that 618
address specific aircraft, missions, and locations. 619
o Delivery of other DOD variant DGEN SDI prototypes that address specific 620
aircraft, missions, and locations. The number of prototypes will be determined by 621
the need of the various variants initiated at the start of the phase. 622
o Test the other DOD variant DGEN SDI prototypes that address specific aircraft, 623
missions, and locations with the NEWEG to verify and validate the feasibility and 624
utility of the variant prototype capabilities at each delivery location. 625
o Reach IOC of the other DOD variant DGEN SDI prototypes that address specific 626
aircraft, missions, and locations. 627
628
Phase Five Outcomes 629
o Design, development, fabrication, and delivery of other DOD variant DGEN SDI 630
prototypes that address specific aircraft, missions, and locations [the test 631
article(s) required to support the test of the other DOD variant prototypes]. The 632
number of test articles will be determined by the need of the various variants 633
initiated at the start of the phase. 634
Page 16 of 22
o Test other DOD variant DGEN SDI prototypes that address specific aircraft, 635
missions, and locations to determine the feasibility and utility of the variant 636
prototype capabilities. 637
o Establish IOC for the integrated other DOD variant DGEN SDI prototypes that 638
address specific aircraft, missions, and locations. 639
o All documentation, analysis, models, simulations, reports, etc. related to the 640
design, development, and production of the other DOD variant DGEN SDI 641
prototypes that address specific aircraft, missions, and locations and the 642
declaration of IOC. 643
644
Phase Five Decision Point: Phase Five may be ready for a DP upon the successful 645
completion of all Phase Five requirements. DP Five may occur after a successful 646
demonstration of the Phase Five requirements and may be made before the 647
Government acceptance of all Phase Five deliverable outcomes. Completion of 648
Phase Five may also serve as the endpoint of the DGEN SDI prototype project with 649
the transition of the test articles to the other DOD organizations and activities. This is 650
dependent upon the remaining Phases and their funding during the OT Prototype 651
cycle. 652
653
5.1.2.7. Government Desired Rights in Technical Data and Computer Software 654
For this RFS and final award document, the Government will use the data rights and 655
computer software related terms defined in Attachment 6, Data Rights and Computer 656
Software License Terms and Definitions 657
Vendors shall complete the Data Rights Assertions tables in Attachment 4, including 658
any assertions of its sub-vendors or suppliers that must be submitted as an attachment 659
to its solution response. The tables must be completed in the format outlined in the 660
attachment, dated and signed by an official authorized to obligate the vendor 661
contractually. If additional space is necessary, additional pages may be included. There 662
is no page limit for the Data Rights Assertions tables, and they do not count against the 663
proposed technical solution page limitation. If the proposed solution under this 664
transaction contains data rights other than unlimited or government purpose rights, the 665
vendor shall assert each instance with justification within the Data Rights Assertions 666
tables in Attachment 4. 667
668
The Government requires a minimum of Government Purpose Rights (GPR) to all 669
development and deliverables of technical data and computer software developed 670
exclusively with Government funds under the transaction agreement, for a five-year 671
period. 672
673
The Vendor shall describe the intellectual property rights being provided to the 674
Government in technical data and computer software. If the proposed solution includes 675
commercial software, copies of any applicable End User License Agreements (EULAs) 676
must be submitted with the response. It is the Government’s intent to plan for the 677
maintenance and modification of the system(s) using Government personnel and third 678
party vendors. The EULA submissions have no page limit and do not count against the 679
proposed technical solution page limitation. If additional pages are needed, data rights 680
Page 17 of 22
assertions may be submitted as an appendix, which has no page limit and does not 681
count against the proposed technical solution page limitation. 682
683
The Vendor shall make every effort to analyze feasible non-proprietary solutions and 684
incorporate them when applicable to the effort. This includes, but is not limited to, 685
software rights, data, source code, drawings, manuals, warranties, and integration 686
efforts. The Vendor shall clearly state all assumptions made during development of 687
responses. 688
689
5.1.2.8 Operations Security 690
For Operations Security (OPSEC) requirements, see Attachment 9; OPSEC 691
requirements document. 692
693
5.1.2.8.1.1 Cybersecurity 694
The prototype shall meet all applicable Risk Management Framework (RMF) 695
cybersecurity requirements required for the Government to obtain an Authority to 696
Operate (ATO). 697
698
5.1.3 Labor & Pricing Volume 699
700
5.1.3.1 Cover Page 701
The cover page shall include the title, vendor’s name, CAGE Code (if available), DUNS 702
number, Business Size, address, the primary point of contact (phone number & email), 703
and status of U.S. ownership. 704
705
5.1.3.2 Labor Hours & Pricing 706
Vendors shall submit a firm, fixed-price amount for its solution, further divided into 707
severable milestones. The Government is not dictating a specific price mechanism. 708
However, proposed payments should be linked to delivery based definable milestones 709
for the prototype. It should be clear, with sufficient detail, what is being delivered at 710
each milestone. The vendor’s pricing milestones may vary from the defined decision 711
points, depending on the proposed solution. Labor Hours and labor category by TO 712
should be included in the pricing breakdown. Pricing submission shall be submitted in 713
Excel format with all Excel formula’s and pricing information (to include buildup of direct 714
labor rate) used during the calculation. Milestones should be established and priced in 715
a manner that prohibits milestone efforts from being worked concurrently. Each 716
milestone price should reflect the anticipated value the Government will receive toward 717
the accomplishment of the OTA goals and objectives at the time the milestone is 718
completed. The Labor Hours & Pricing has no page number limitation. 719
720
5.1.3.3. Follow-On Rough Order of Magnitude (ROM) 721
Vendors shall provide a ROM pricing for potential DGEN follow-on production activities 722
as described in Section 8 with an assumption that the Navy anticipates ordering a 723
quantity of up to 12 systems. The Follow-On ROM pricing shall state all assumptions 724
and methodology used to obtain the Follow-on ROM. Please note: The Follow-On ROM 725
will assist in future planning efforts for the potential follow-on efforts. The Follow-On 726
ROM is not part of the evaluation and will be used for future planning purposes. 727
Page 18 of 22
728
5.2. RFS Response Instruction: 729
There will be an open period for the submittal of questions relating to the RFS. All 730
questions related to this RFS should be submitted utilizing the Vendor Question Form 731
provided as Attachment 10. Questions must be submitted via email to 732
[email protected], with “DGEN SDI” used in the subject line. All questions must be 733
submitted with the company name and POC information. 734
735
Questions must be submitted no later than 12:00 PM EDT on 23 June 2020. Questions 736
received after the deadline may not be answered. Questions shall not include 737
proprietary data as the Government reserves the right to post submitted questions and 738
answers, as necessary (and appropriate) to facilitate vendor solution responses. 739
740
The Government will make every attempt to answer all submitted questions as soon as 741
possible, but no later than 1:00 PM EDT on 7 July 2020. Questions shall not include 742
proprietary data. The Government reserves the right to post submitted questions and 743
answers, as necessary (and appropriate) to facilitate vendor Solution Paper responses. 744
Submitted questions will be posted without identifying company names. 745
746
The Government may also establish a WebEx session, as appropriate, to communicate 747
with industry. If the Government decides to utilize WebEx, a date, time, and title of the 748
event will be posted no later than two (2) weeks before solutions are due. 749
750
Written solutions shall be submitted no later than 1:00 PM EDT on 17 July 2020, via 751
the “Submit a Solution” button on the NSTXL website. Any submissions received after 752
the deadline may be rejected as late and not considered. 753
754
Vendor submission shall be valid for at least 180 days after submission. 755
756
6. EVALUATION AND SELECTION PROCESS 757
6.1. Evaluation 758
The evaluation will consist of an evaluation of the written solution response. If further 759
information is required after the completion of the evaluations of the written solution 760
responses, the Government may request presentations and/or demonstrations or enter 761
into communications with vendors. 762
The Government will evaluate the degree to which the submission provides a thorough, 763
flexible, and sound approach to fulfill the requirements. 764
In performing the initial review of the Technical Volume, the Government evaluators will 765
only review the enclosures and other proposal information if the response describes a 766
technical approach that the Government evaluators find viable and effective based on 767
the Focus Areas described below. 768
If the other supporting documents are reviewed, the Government evaluators will 769
consider the extent to which the supporting documents are consistent with the 770
remaining technical response. If the supporting documents are not consistent, the 771
overall evaluation of the vendor’s solution may be negatively affected. 772
Page 19 of 22
Written solution responses will be evaluated with consideration given to the vendor’s 773
ability to provide a clear description of the proposed solution, the overall technical merit 774
of the response, and the total project risk with consideration aimed at the Focus Areas, 775
Technical and Labor & Pricing Volumes. The proposed schedule; and Intellectual 776
Property and Data Rights will also be considered as aspects of the entire response 777
when weighing risk and reward. 778
After the evaluation of written solution responses, it is anticipated that the Government 779
will begin the Statement of Work (SOW) collaboration with the selected vendor. 780
The Technical and Labor & Pricing Volumes of the Written Solution Response will be 781
evaluated based upon the following focus areas. 782
Focus Areas: In evaluating the viability and overall effectiveness, the Government 783
evaluators will consider the following focus areas, in no specific order of importance. 784
785
Focus Area Focus Area Description
1 Technical Merit
2 Demonstrated Experience
3 Solution Feasibility of Implementation
4 Anticipated Delivery Schedule
5 Government Desired Rights in Technical Data and Computer Software
6 Solution Price
786
6.1.1.1. Focus Area 1 – Technical Merit 787
The technical merit of the vendor’s technical solution and design approach for all 788
phases and objectives as described in Sections 5.1.2.6 789
790
6.1.1.2. Focus Area 2 – Demonstrated Experience 791
Clearly communicate experience designing, developing, prototyping, and producing 792
electronic threat simulation and measurement systems that can ingest and directly 793
simulate validated intelligence data in EWIRDB format. This includes recent experience, 794
within 5 years, working with various interfacing subsystems such as SSC 1.0/2.0 and 795
various RFGEN vendors. Communicate experience in advanced test systems and 796
capabilities in accordance with NEWEG ICDs, IDDs, and open architecture standards. 797
Communicate experience supporting the test and assessment of aviation platforms at 798
DoD test facilities. Communicate the ability to handle simultaneous development and 799
production efforts for multiple platforms, missions, and locations. Communicate the 800
ability to establish and sustain product lines at multiple locations. 801
802
6.1.1.3. Focus Area 3 – Solution and Feasibility of Implementation 803
Clear, concise, and well-developed solution with streamlined approach of being 804
implemented into the DGEN SDI, ease of adapting final design prototype solution for 805
reuse in various DoD variants. 806
Page 20 of 22
807
6.1.1.4. Focus Area 4 – Anticipated Delivery Schedule 808
The Government will evaluate the Offeror’s proposed approach and understanding of 809
the entire effort as demonstrated in the proposed delivery dates for all tasks as 810
described in the RFS. 811
812
6.1.1.5. Focus Area 5 – Government Desired Rights in Technical Data and 813
Computer Software 814
The Government will evaluate the vendor’s Attachment 4, Data Rights Assertions 815
Tables, specifically their response to requested Government Desired Rights in 816
Technical Data and Computer Software and evaluate for risk(s) impacts. 817
818
6.1.1.6. Focus Area 6 – Solution Price 819
Transparent pricing & cost data, which accurately reflects the level of effort derived from 820
proposed Technical Volume, and IMS. Rational price breakdown for each significant 821
milestone activity. A detailed breakdown of man-hours by month for each labor 822
category. 823
824
6.2. Selection Process 825
826
The Government anticipates awarding one OT prototype project, through TReX, to the 827
vendor that proposes a solution that best satisfies the Government’s objectives. 828
829
The Government will review each vendor’s submittal against the focus areas outlined in 830
Section 6.1 and make an award to the vendor whose solution is determined to be the 831
most advantageous to the Government in terms of overall technical merit, solution 832
feasibility, and total project risk with considerations for price, schedule, and data rights 833
assertions. 834
835
The assessment of risk is subjective. If the risk is evident or the schedule seems overly 836
aggressive, the Government will consider that in the total risk assessment. Vendors are 837
responsible for identifying risks within their submissions, as well as providing specific 838
mitigation solutions. If sufficient validation of the proposed information is not provided, 839
the Government may reject the submission. 840
841
Unsupported assertions will be discounted by the evaluators. 842
843
In making the final decision, it may become necessary to compare the proposals of 844
each vendor against the other. Still, the Government anticipates that its decision is more 845
likely to be made based on each vendor’s submittal as evaluated against the criteria 846
described above and a determination of which proposal is determined to be the most 847
advantageous to the Government. 848
849
Page 21 of 22
7. ADDITIONAL INFORMATION 850
7.1. Statement of Work 851
The proposed solution will be used to collaboratively negotiate a Statement of Work 852
(SOW) after selection for the award. The SOW will be incorporated into the OTA as part 853
of the award. 854
855
7.2. Export Controls 856
Research findings and technology developments arising from the efforts may constitute 857
a significant enhancement to the national defense and the economic vitality of the 858
United States. As such, in the conduct of all work related to this effort, the recipient will 859
comply strictly with the International Traffic in Arms Regulation (22 C.F.R. §§ 120-130), 860
the National Industrial Security Program Operating Manual (DoD 5220.22-M) and the 861
Department of Commerce Export Regulation (15 C.F.R. §§ 730-774). 862
863
7.3. Interaction and/or Disclosure 864
The Vendor should comply with foreign disclosure processes IAW US Army Regulation 865
(AR) 380‐10, Foreign Disclosure and Contacts with Foreign Representatives; 866
Department of Defense Directive (DoDD) 5230.11, Disclosure of Classified Military 867
Information to Foreign Governments and International Organizations; and DoDD 868
5230.20, Visits and Assignments of Foreign Nationals. All submissions shall be 869
unclassified. Submissions containing data that is not to be disclosed to the public for 870
any purpose or used by the Government except for evaluation purposes shall include 871
the following sentences on the cover page: 872
“This submission includes data that shall not be disclosed outside the Government, 873
except to non-Government personnel for evaluation purposes, and shall not be 874
duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to 875
evaluate this submission. If, however, an agreement is awarded to this Company as a 876
result of -- or in connection with – the submission of this data, the Government shall 877
have the right to duplicate, use, or disclose the data to the extent agreed upon by both 878
parties in the resulting agreement. This restriction does not limit the Government's right 879
to use the information contained in this data if it is obtained from another source without 880
restriction. The data subject to this restriction are contained in sheets [insert numbers or 881
other identification of sheets]” 882
Each restricted data sheet should be marked as follows: 883
“Use or disclosure of data contained on this sheet is subject to the restriction on the title 884
page of this submission.” 885
8. FOLLOW-ON PRODUCTION ACTIVITIES 886
The Government anticipates one or more DGEN SDI prototype solutions may require 887
further development to support initial operational capabilities (IOC). IOC is defined as 888
the ability to develop and test prototypes that lead to the successful transition of 889
distributed logistics enhancing capabilities and technologies to the Warfighter. To 890
establish IOC, follow-on activities, such as further development or production, may be 891
required for one or more of the DGEN SDI variant prototypes. 892
Page 22 of 22
The Navy anticipates further development of one or more prototypes that may be 893
required to establish IOC. This determination will be made by NAVAIR 5.4 IBST. 894
NAVAIR 5.4 IBST will take into consideration initial user evaluation(s) when determining 895
if further development of one or more prototypes is required. If further development is 896
required, NAVAIR 5.4 IBST will continue the development of the DGEN SDI 897
prototype(s) until all requirements specified by the user, resource sponsors, and 898
stakeholders are met, and IOC is established. 899
The Navy anticipates conducting a low rate initial production (LRIP) of each of the 900
DGEN DGI variant prototypes that reach IOC. LRIP will be used to produce a small 901
quantity set of test articles to provide for representation at Initial Operational Test and 902
Evaluation (IOT&E). LRIP will also be used to establish an initial production base and 903
set the stage for a gradual increase in production rate to allow for Full-Rate Production 904
(FRP) upon completion of Operational Test and Evaluation (OT&E). The LRIP quantity 905
will not exceed 10 percent of the total expected production, as determined by the NAVY, 906
resource sponsors, and stakeholders. 907
In accordance with 10 U.S.C. 2371b(f), the Navy anticipates (upon successful 908
completion of IOT&E and OT&E activities) production of each DGEN SDI variant 909
prototype may be required. This will include maintenance and sustainment support. The 910
follow-on production may be acquired through either a non-competitive OT or FAR 911
based contract. This determination will be under Government cost estimates and plan of 912
action and milestones (POA&M). 913
914
9. ATTACHMENTS 915
The characteristics of this prototype system and the Government concept for its 916
development are included in the below attachments. 917
918
Attachment #1 – System Requirements Specification (SRS) for the Next Generation 919
Electronic Warfare Environment Generator (NEWEG) Block B, 29 920
May 2014 921
Attachment #2 – DGEN-RFGEN Interface Control Document (ICD), 30 July 2019 Version 922
1.02 923
Attachment #3 – Interface Design Description (IDD) for Next Generation Electronic 924
Warfare Environment Generator (NEWEG), 30 July 2018 925
Attachment #4 – Data Rights Assertion Tables 926
Attachment #5 – Data Rights License Terms Definitions 927
Attachment #6 – Data Rights and Computer Software License Terms and Definitions and 928
EULA 929
Attachment #7 – Security Process for Vetting Vendors 930
Attachment #8 – DGEN_GFI_Distribution Agreement 931
Attachment #9 – DGEN/RFGEN_OPSEC Requirements 932
Attachment #10 – Vendor Question Form 933
934
Attachments 1-3 are considered GFI and will be provided in accordance with Section 4 of 935
this document. 936
937