Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2007 FBO #1965
MODIFICATION

58 -- This Amendment/Modification to the original Sources Sought Notice posted March 16, 2007 is for the purpose of extending the response date to April 13, 2007.

Notice Date
4/12/2007
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-SINCGARS
 
Response Due
4/13/2007
 
Archive Date
6/12/2007
 
Small Business Set-Aside
N/A
 
Description
The Government is conducting market research to identify interested sources with the capability to meet the Governments requirements for the Single Channel Ground and Airborne Radio System (SINCGARS). The Government is seeking to identify sources wi th the ability to quickly produce the SINCGARS to facilitate rapid fielding of the required items. The SINCGARS is vital to joint and international combat operations and force protection missions. The three SINCGARS Line Replaceable Units (LRUs) that curre ntly provide all of the capabilities required by the SINCGARS Operational Requirements Document (ORD) are the Receiver Transmitter (RT)-1523F, AM-7238 Power Amplifier (PA) (50 Watt Radio Frequency output power) and AM-7239E Vehicular Amplifier Adaptor (VAA ) with Internet Controller Tactical Internet (TI) routers. The required items shall meet all of the technical requirements defined in the following specifications/standards that are derived from or identified in the SINCGARS ORD dated 14 August 1998. MIL-STD 188-241 Classified SECRET: Frequency Hopping Standard for Very High Frequency (VHF) Frequency Hopping Radios dated November 2006 MIL-STD 188-220C: Department of Defense Interface Standard Digital Message Transfer Device Subsystems dated 22 May 2002 Specification Number A330742A: LRU Product Specification for RT-1523F dated 8 February 2007 Specification Number A320563: Performance Specification for AM-7238 PA dated 6 November 2006 Specification Number A3272563F: Performance Specification for AM-7239E VAA dated 30 September 1998 Specification Number 1570993: System Requirement Specification (SRS) for the Internet Controller TI Division and Below dated 04 May 2005 MIL-R-49265: VHF-Frequency Modulated Portion of the SINCGARSV dated 12 August 1982; Para 3.2, 3.2.1, 3.3 and Appendix A Quadripartite Standardization Agreement 244 Edition 4 Nuclear Hardening Requirements for Military Equipment Vol 1 dated 3 Oct 1997 Clas sified CONFIDENTIAL Global Position System (GPS) Tactical Receiver (GTR) ORD dated 27 October 1997 ITT A/CD Number A3214186: System Engineering Document for Ground Radio SINCGARS System Improvement Program (SIP) and Advanced SIP Volume 1-4 dated 13 May 2005 Within these requirements documents, the following needs are highlighted for particular attention. - Products must meet all of the Critical System Characteristics defined in Paragraph 4c, Critical System Characteristics, of the SINCGARS ORD. - Products must comply with the requirement for nuclear hardening and non-nuclear vulnerability reduction as defined in MIL-R-49265 which includes Blast, Thermal, Radiation hardening and Electromagnetic Pulse hardening requirements. - Embedded GPS must be a GPS Receiver Application Module/Selective Availability/Anti-Spoof Module Joint Program Office GPS-approved device in accordance with the GTR ORD. - Products must be able to interface with the TI by providing a TI router capability which complies with MIL STD 188-220C as defined by the SRS. Additionally, products offered must be capable of utilizing existing SINCGARS Installation Kits for mounting of products on Army Vehicular platforms in order to minimize the logistical impact of introducing these products to the Army. The SINCGARS System Engineering Document referenced above provides all of the system interface technical details required to comply with this requirement. Any source other than ITT, the current contractor for the SINCGARS, will be required to pass First Article Tests (FAT) prior to delivery of the required items. The Governments total quantity requirements for all years of the proposed contract are not firm at this time, therefore, either an Indefinite Delivery Indefinite Quantity contract or a contract with options will be used to meet FY07-11 requirements. The initial quantity requirements for FY07 are known, and interested sources must be able to meet the Governments delivery and production rate requirements to be considered for the proposed action. Interested sources must be able to produce 30,819 RTs, 18,000 VAAs and 18,000 PAs, with deliveries commencing by 2QFY08 at a rate of 2,568 RTs, 1,500 VAAs and 1,500 PAs monthly. Because some of the requirements documents are classified, copies will not be provided as part of this Sources Sought Announcement. These documents will be available for review at PM TRCS Bldg 427 Fort Monmouth, NJ from March 19, 2007 through April 11, 20 07. Manufacturers requesting review of these documents must provide proof of security clearance necessary to review MIL-STD 188-241 classified SECRET and MIL-R-49265 classified CONFIDENTIAL and provide a formal visit authorization request. Instructions f or the visit authorization request will be provided by the Contracting Officer, Mr. Dennis J. Allen upon request. Interested sources must provide detailed information on their ability to meet the Governments technical requirements. Additionally, they must address how they will accomplish FAT and meet the Governments delivery and production rate requirements, assumin g a contract award by August 2007. Submit one electronic copy of the submission to the following: Commander, US Army Communications-Electronics Life Cycle Command, Acquisition Center, ATTN: AMSEL-AC-CB-RT-AB (Dennis J. Allen) Bldg. 1208 Fort Monmouth, NJ 07703 Telephone: 732-532-5416 e -mail: Dennis.Allen2@us.army.mil Submit one electronic copy of the submission to the following: Project Manager, Tactical Radio Communications Systems ATTN: SFAE-C3T-TRC-TR-CF (James Bowden) Bldg 427 Fort Monmouth, NJ 07703 Telephone: 732-427-3062 e-mail: James.Bowden@us.army.mil
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01272241-W 20070414/070412221324 (fbodaily.com)
 
Source
FedBizOpps 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.