SOLICITATION NOTICE
59 -- Market Survey for Enhanced Trackwolf Technical Insert
- Notice Date
- 11/23/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- MARKET-SURVEY-0399
- Response Due
- 12/31/2004
- Archive Date
- 3/1/2005
- Small Business Set-Aside
- N/A
- Description
- CONTACT David Blouin, Project Leader, Enhanced Trackwolf, (732) 427-1035. U.S. Army CECOM Logistics Readiness Center (LRC), Intelligence and Electronics Warfare Sensors Directorate, System Manager for the Enhanced TRACKWOLF System, is conducting a Market Survey for a Technical Insert package to include system and software engine ering, integrated logistics support and all associated sub-elements, for upgrading the Special Purpose Receiving System AN/TSQ-199. The purpose of this market survey is to locate sources with sufficient experience and technical knowledge to perform a techn ical insert of Commercial-Off-The-Shelf (COTS)/Government-Off-The-Shelf (GOTS)/Non-Developmental Items (NDI) equipment and software to upgrade obsolete AN/TSQ-199 hardware and software. The LRC is seeking sources to submit technical information, descriptio ns, and approaches for potential equipment and software for upgrading the Special Purpose Receiving System AN/TSQ-199. The AN/TSQ-199 consists of two sets of three stations, each station nomenclatured AN/TSQ-205. Each AN/TSQ-205 station is capable of detec tion, recognition, collection, and geolocation (line-of-bearing) in the HF spectrum. Each set of three AN/TSQ-205 stations may be configured along a DF baseline to provide netted geolocations. Currently, the following Configuration Items (CIs) in each stat ion contain obsolete hardware, outmoded technology, and obsolete control software: Frequency Reference and Electronic Distribution Unit (FREDU), RF Detector, Wideband Radio Receiver, Digital Data Receivers, and Computer Control. Recent technical inserts to the system include new operator workstations, audio amplifiers and headsets, an upgraded local area network, a networked color printer and three Uninterruptible Power Supplies (UPS) per AN/TSQ-205 station. Synopses of these CIs and others in the system ar e described in the Principles of Operation document, available upon request. The LRC intends to perform a technical insert modification that will replace the obsolete CIs, while still maintaining system capabilities. Supplemental materials, such as brochu res, white papers, briefings, and specification sheets are welcome. Furthermore, the planned contract shall include requirements for logistical tasks such as providing Technical Manuals, maintenance concepts and demonstration, test plans, Level II drawings , etc. Note: this announcement is only a Market Survey and prospective offerors are not required to provide detailed plans for supportability and logistics at this time. If you choose to submit proprietary information, mark it accordingly. Classified inf ormation will be accepted, but must be marked accordingly and provided via proper channels. A potential contractor must demonstrate an understanding of, and experience with automated High Frequency collection, analysis, reporting and direction finding systems. Respondents must possess TS/SCI clearances in order to perform this effort or address any issues concerning this program. In addition to addressing the above requirements, all responses must address past experience (Contract # and type, $ value and performance status). Initial responses are requested by 31 Dec 2004. Interested parties are advised to send written responses to David Blouin, (732) 427-1035. Mailing address is: U.S. Army Communications-Electronics Command, Logistics and Readiness Center, Intelligence-Electronic Warfare and Sensors Directorate, ATTN: AMSEL-LC-IEW-R-EC (Blouin), building 1201W, Avenue of Memories, Fort Monmouth, NJ 07703. This request for information (RFI) does not constitute a commitment on the part of the Government to purchase systems or services. The Government will not pay for any information received in re sponse to this RFI. The Government will not release any information marked with a proprietary legend received in response to this RFI, to any firms, agencies or individuals outside the U.S. Government without written permission in accordance with the legend. EMAIL ADDRESS: david.blouin@us.army.mil
- Place of Performance
- Address: US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN00712405-W 20041125/041123212108 (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 |