Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2001 FBO #0028
PRESOLICITATION NOTICE

58 -- Ka-Band Satellite Earth Terminal

Notice Date
12/28/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
DAAB07-02-R-A501
 
Response Due
1/16/2002
 
Archive Date
2/15/2002
 
Point of Contact
Rose Leona Potter, 732-532-5548
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center
(rose.potter@mail1.monmouth.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This acquisition is for the Ka-Band Satellite Earth Terminal V1, V2, V3, V4, and V5, including Antenna Subsystems V1, V2, V3, V4, and V5; Equipment Shelter; Conventional Up/Down Converters and Racks; Block Up/Down Converters and Racks; HPA; Low Noise Ampli fier; Control Monitor Alarm; Frequency & Timing Subsystem; IKP Training; TMDE; LRU Spares; Chassis Spares; TMDE LRU Spares; Special Tools; Site Survey Report & Survey; and Time and Material (T&M) efforts (Integration & Testing, On-Site Operations & Mainten ance CONUS and OCONUS, Post Production Software Support (PPSS) with Transition, In-Plant Depot Support, Field Support/Tech Assist and NET Training). Items provided will be produced IAW the SOW and Specification. The contract will be a ten year Indefinite Delivery Indefinite Quantity (IDIQ). It will be a Firm Fixed Price (FFP) type contract with the exception of the T&M efforts. The contract will consist of 6 years of hardware and 10 years of T&M efforts. There are First Article requirements on the Ka-B and Satellite Earth Terminal V1, V2, V3, V4, V5. The pricing will be in ranged quantities as specified in the solicitation. The minimum quantity that the Government guarantees in the first year is 2 Ka-Band Satellite Terminals and various other items. A ll of the guaranteed minimum quantities and the estimated maximum six year quantities will be specified in the solicitation. This is a Non-Developmental Item (NDI) contract. The Government has a requirement for 6 initial terminal systems with the potentia l for up to 50 systems over the 6 year period. The Ka-Band terminal must pass both Government and INTELSAT certification requirements for any methodology at time of delivery. The contractor must be able to perform all necessary engineering, manufacturing integration, testing, shipping, and training while providing post-production life cycle support for the terminal system. Life cycle support includes but is not limited to fielding, training, maintenance, engineering services (in-house & field), depot mai ntenance and repair and PPSS. The Ka-Band Satellite Terminal operational life expectancy is 10-15 years or until the Advanced Wideband Satellite (AWS) system is activated. The terminal must be able to provide long haul communications over the WGS Ka-Band Satellite that is scheduled to be launched and on-orbit in CY03. The terminal will provide the User a reach-back capability to CONUS or other inter-theater deployed terminals. It must be air transportable. The terminal must provide a remote and fully r edundant capability. All baseband equipment will be provided GFE. The contract will be issued as a Request For Proposal (RFP) based on the best value to the Government to be determined under Source Selection Procedures. The Government anticipates issuin g the final solicitation on or about 1 Feb 02 on the US Army Communications and Electronics Command (CECOM) Interagency Interactive Business Opportunities Page (IBOP) web site (https://abop.monmouth.army.mil). All parties interested in doing business with CECOM are invited to access, operate, send and receive information from the IBOP. It is the offeror's responsibility to monitor this site for release of the solicitation and any subsequent amendments or information. The draft SOW, CDRL's and Spec can be found on the IBOP. The Department of Defense requires all contractors to be registered in the Central Contractor Register (CCR) to receive contract award or payment. See note 26.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN20011230/00010444-011229090253 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.