Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2004 FBO #0843
SOURCES SOUGHT

R -- Engineering & Technical Support Services

Notice Date
3/16/2004
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_203A6
 
Response Due
3/23/2004
 
Point of Contact
Point of Contact - Denise Simmons, Contract Specialist, 843-218-5971
 
E-Mail Address
Email your questions to Contract Specialist
(denise.simmons@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government intends to negotiate a Sole Source contract, in accordance with FAR 6.302-1 with Aeronix, Inc., 1775 West Hibiscus Boulevard, Suite 304, Melbourne, FL 32901. Aeronix is the only known source that can wholly satisfy the given requirements and meet the immediate needs of ongoing and anticipated tasking. To the Government knowledge no other qualified contractor which can provide a service that offers the unique knowledge and expertise Aeronix has developed through its OE SCA development support role and JTAP software development services performed for the JTRS JPO exists. Aeronix was the originator of the concept and design, and sole developer of JTAP. The Joint Tactical Radio System (JTRS) is the family of Department of Defense software-defined radios that will be the foundation of information radio frequency transmission for Joint Vision (JV2020). JTRS will eventually replace all existing tactical radios in accordance with the Service?s migration plans and introduce new capabilities to the warfighter in support of future battlefield concepts. The JTRS will be designed as a family of advanced, reliable, dynamic communications platforms. These communications platforms will be software re-programmable, multi-mode, network-centric, and provide simultaneous voice, data, and video communications. The JTRS Program is built around a common, open Software Communications Architecture (SCA) that allows common software waveform applications to be implemented once, and ?ported? throughout the family of JTRS radios. The JTRS open system architecture will enable portability of the common software waveform implementations across all Joint Tactical Radio (JTR) systems. This open architecture and common software waveform implementations will be an enabler of joint interoperability. It will also enable technology insertion through evolutionary acquisition and preplanned product improvement. It is the SCA that assures portability of common, standardized waveforms to different hardware sets, thereby achieving considerable cost savings over traditional acquisition strategies of the past. This approach assures interoperability of the family of radios to be deployed as well as interoperability with legacy radios using the same waveforms. Compliance with the SCA must be verified in order to assure proper implementation and afford the benefits of portability and joint interoperability. The JTRS Joint Program Office (JPO) has employed a government laboratory test team to perform the architecture verification. This test team and their test facility are called the JTRS Technology Laboratory (JTeL). The JTeL is lead and managed by SPAWAR Systems Centers Charleston and San Diego. JTRS architecture compliance verification occurs on developed waveforms in the areas of waveform performance, information assurance, portability, and the SCA. JTRS architecture compliance verification also occurs on JTR Sets within the Operating Environment?s (OE) core framework, operating system (OS), and CORBA. The JTRS Test Application (JTAP) is a software tool used by the JTeL in order to test vendor-produced waveforms for SCA compliance. As JTRS evolves, so does the SCA and the SCA OE, forcing JTAP to remain up to date with the latest changes to the SCA that are applicable to JTRS, while remaining as bug-free as possible. This Statement of Work (SOW) describes the tasks to be performed in support of the JTeL. A Cost Plus Fixed Fee, Indefinite Delivery/Indefinite Quantity type contract is anticipated with a base period of one year options to extend the term of the contract for an additional four (4) one-year periods. The NAICS Code is 541330 and the applicable size standard is $23 Million. NO SOLICITATION WILL BE MADE AVAILABLE AS A RESULT OF THIS ANNOUNCEMENT. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Any firm that believes it can meet these requirements may give written notification to the individual identified below. Supporting evidence to include appropriate documentation, literature and references must be furnished in sufficient detail to demonstrate the high level of proficiency required to comply with the above requirements. This documenttion shall include: contract numbers, contract types, dollar value for each contract referenced, summary of work performed as well as a customer point of contact, including phone number, for relevant work performed during the past five years that substantiates the ability to meet the requirements outlined in the Draft SOW. The data submitted shall be limited to no more than five (5) pages. Comments and/or responses shall be submitted via e-mail to SPAWARSYSCEN Charleston, Code 0215DS, Denise Simmons at: denise.simmons@navy.mil. Any response to this announcement must be received no later than 14:00 EST 23 March 2004. All responses will be evaluated; however, a determination by the Government not to compete the proposed action is solely with the discretion of the Government.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=NAVbusopor.nsf&whichdoc=585F4CE9024770FA88256E59006E4675&editflag=0)
 
Record
SN00546919-W 20040318/040317074317 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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.