Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2007 FBO #2084
SOURCES SOUGHT

58 -- AN/GRC-245(V) HIGH CAPACITY LINE OF SIGHT RADIO SYSTEMS AND SUPPORT SERVICES REQUEST FOR SOURCES SOUGHT NOTICE: The Government is seeking a source that can provide a single solution for the required hardware and services described herein.

Notice Date
8/9/2007
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
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
W15P7T-XXXXXXX
 
Response Due
9/13/2007
 
Archive Date
11/12/2007
 
Small Business Set-Aside
N/A
 
Description
AN/GRC-245(V) HIGH CAPACITY LINE OF SIGHT RADIO SYSTEMS AND SUPPORT SERVICES REQUEST FOR SOURCES SOUGHT NOTICE. General Information: Document Type: Sources Sought Notice. Solicitation Number: W15P7T-xxxxxxx. Posted Date: Aug 09, 2007. Original Response Date: Sept. 13, 2007. Current Response Date: Sept. 13, 2007. Original Archive Date: xxxxxxxxxxxx. Current Archive Date: xxxxxxxxxxxx. Classification Code: 58 -- Communication, detection, & coherent radiation equipment. Set Aside: N/A. Contracting Office Address: US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC-CB-RT-E, Building 1208, Fort Monmouth, NJ 07703-5008. The specific documents related to this sources sought notice can also be found on the Interactive Business Opportunities Page (IBOP) (https://ibop.monmouth.army.mil). You will need to create an account if you do not have already have a username and passwor d for the IBOP. To create an account, click the User Registration link off of the IBOP homepage. If you already have an IBOP username and password, under the ARMY PRE-AWARD drop down menu, choose C-E LCMC MARKET RESEARCH and click GO. The documents will be available under the post entitled: AN/GRC-245(V) HIGH CAPACITY LINE OF SIGHT RADIO SYSTEMS AND SUPPORT SERVICES. Description: AN/GRC-245(V) HIGH CAPACITY LINE OF SIGHT RADIO SYSTEMS AND SUPPORT SERVICES REQUEST FOR SOURCES SOUGHT NOTICE: This is not a solicitation. This is only a Sources Sought Announcement and will not bind the contractor or the Government in any way or at any time into a contract with any of the specified terms below. This Sources Sought Announcement will be posted for 30 days, and responses will not be accepted after 13 September 2007. The Government is seeking a source that can provide a single solution for the required hardware and services described herein. Individual component vendors will not be considered. INTRODUCTION: The U.S. Army is conducting this market survey, seeking to identify vendors that are capable of providing the AN/GRC-245(V) variable configuration High Capacity Line of Sight (HCLOS) Radio System as defined below. The current source for this Radio System is Ultra Electronics Tactical Communication Systems,5990 C?te de Liesse, Montreal, Quebec, Canada, H4T 1V7, through the Canadian Commercial Corporation, 50 O'Connor Street, Ottawa, Canada, K1A 0S6 CAGE Code 98247, under CECOM Contract DAAB07-98-C-F505. Th e Government does not possess specifications and/or detailed drawings. DESCRIPTION/REQUIREMENT: The HCLOS radio shall provide full-duplex operation in both Band1 (225 to 400 MHz) or Band 3+ (1350 to 2690 MHz). The radio consists of a baseband unit (BBU) containing the modem and power supply, and a dual-band RF unit (RFU) which is completely weatherproof and can be deployed outside of the shelter. The HCLOS radio shall provide for over-the-air interoperability with the currently fielded AN/GRC-245(V) HCLOS radio and legacy AN/GRC-226(V) MSE radio. The HCLOS radio shall support full-duplex digital traffic at up to 16 Mbps, and use a bandwidth efficient, error corrected, modulation scheme. Data Rates shall include 256, 512, 768, 1024, 1536, 1544, 2048, 4096, 8192, 8448, and 16384 kbps. The HCLOS Radio shall be capable of multiplexing two digital trunk groups allowing utilization of the full 16 Mbps capability. The radio shall utilize an extensive built-in-test (BIT) capability facilitating fault isolation to the module level. Other testing capabilities required for troubleshooting include a VSWR check on the antenna system, a spectrum scan to verify the available spectrum, and statistics gathering for improved system maintenance. Other capabilities should include: Radio reliability is greater than 5000 hours. Operate on both AC and DC and will automatically switch to DC power when AC power is lost. ECCM features including automatic adaptive frequency c ontrol, adaptive power control, and internal multiplexing using a hidden framing scheme Remote controlled using the Simple Network Management Protocol (SNMP). In addition to providing the hardware, the vendor shall be required to provide services to support this equipment. The services include: (1) Maintainer Training Class, (2) Operator training class, (3) Installation services, and (4) Repair services will be required for all hardware provided or for hardware currently fielded. The vendor shall be responsible to provide all the necessary hardware and kits to facilitate the installation of the HCLOS Radio system hardware into various military vehicles and assemblages, including AN/TRC-190C/D(V)1,2,3, and AN/TRC-198A/B(V)1,2. Training and Installation services will require the vendors to travel within CONUS and/or OCONUS locations. The estimated delivery requirement is sixty (60) radios per month beginning in October 2008. However, quantities may vary due to demand and available funding. Interested sources, at the Governments' discretion, shall be required to demonstrate prior to contract award, via live demonstration, that their product will meet the above cited capabilities including meet in the air interoperability with all variants o f the AN/GRC-245(V) HCLOS Radio (including PATRIOT and USMC configurations) and with the AN/GRC-226 MSE Radio. CONTACT INFORMATION: Interested sources should furnish the following information in the format provided below: 1. Name and address of company 2. Point of Contact (Name, address, phone number and e-mail) 3. Identify past and current products your company offers which most closely match the capabilities specified above (include electronic copies of product brochures, price list and specification sheets where possible) 4. Address your companys capability to act as a single provider for all hardware and services defined herein. DISCLAIMER: This Sources Sought (SS) Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government, nor will the Government reimburse contractors for any costs associated with submit tal of the requested information. The purpose of this SS is to identify potential sources that are capable of providing a single solution for the required hardware and services described herein. Individual component vendors will not be considered. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted or for Governmental use of such information. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the Governments evaluation of the information received. Also, Proprietary Information should be clearly marked. SUBMISSION OF INFORMATION: Please furnish the above requested information no later than 13 September 2007 via electronic mail ONLY TO: Technical POC: Tim.FitzMaurice@us.army.mil. NO TELEPHONE INQUIRIES OR REQUESTS WILL BE HONORED. Note: Files greater than 5MB will not transmit through the Fort Monmouth firewall. Therefore, any file greater than 5MB must be submitted by CD-ROM or DVD-ROM media to: Department of the Army, PEO C3T, PM TRCS BLDG. 455S SFAE-C3T-TRC-WCSD (Mr Tim Fitz Maurice) FORT MONMOUTH, NJ 07703-5509
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC-CB-RT-E, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01367699-W 20070811/070809222042 (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.