SOURCES SOUGHT
99 -- Market Research for the FBCB2 Family of Computer Systems
- Notice Date
- 10/14/2010
- Notice Type
- Sources Sought
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-11-R-B401
- Response Due
- 10/29/2010
- Archive Date
- 12/28/2010
- Point of Contact
- Christina L. Gresham, 410-417-2004
- E-Mail Address
-
CECOM Contracting Center (CECOM-CC)
(christina.l.gresham@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army, CECOM Contracting Center, Army Contracting Command is performing a market survey seeking a Producer / Manufacturer for a period of 1 year in order to fulfill the Force Twenty-One, Battle Command, Brigade and Below (FBCB2) Family of Systems computer production requirements. The Contractor will be required to supply computers, and related hardware Support Services, as a part of the FBCB2 Family of Systems. The government intends to acquire computer systems, as well as related hardware support services such as acceptance testing, software loading and maintenance of these systems as a modification to the FBCB2 Computer Production Contract. Beyond this one year of FBCB2 continued production, the Government intends to solicit for a follow-on competitive production contract mid-2011 that will cover fiscal years 2012 through 2017 separately from this market survey. The current producer of computers is DRS Tactical Systems, Inc., located in Melbourne, Florida under contract W15P7T-06-D-J405. The new contract type is expected to be Firm Fixed Price (FFP) for the hardware, with Cost Plus Fixed Fee for selected support services and tasks. Cost reporting will be required on this effort. Under the existing contract, the contractor is delivering computer systems and the related hardware support services for fielded and future production, such as acceptance testing, and software loading. These systems are in support of Operation New Dawn (OND), Operation Enduring Freedom (OEF), continuing support of RESET Requirements, the modularization of the Army, and to meet urgent field requirements of the Mine Resistant Armor Protection (MRAP) vehicles. The FBCB2 Family of Systems are ruggedized computer systems with a defined form factor that must meet stringent space claims and performance specifications. The systems consist of components known as Line Replaceable Units (LRUs) which vary depending on each system. The following are the varying FBCB2 computer systems, and their associated LRUs, which make up the FBCB2 Family of Systems: "FBCB2 JV5 Systems: A FBCB2 JV5 system is defined as the complete hardware and software providing the FBCB2 Appliqu capability. The FBCB2 JV5 system currently has four major Line Replaceable Units (LRUs), which are defined as the Processor Unit (PU) (without the Hard Disk Drive Cartridge), a removable hard disk drive, which shall be one of the following: DB20 Rotating Media Hard Drive Cartridge (DB20 RMHDC), DB32 PATA/SATA Rotating Media Hard Disk Drive Cartridge (DB32 P/S RMHDD), or a DB32 PATA/SATA Solid State Hard Drive Cartridge (DB32 P/S SSHDC), Keyboard Unit (KU) and Display Unit (DU). This system can optionally be configured with a Tac-Link modem (Mounted Refresh Computer Processor Unit (MRC-PU) configuration), Mounted Refresh Computer Display Unit (MRC-DU), Ethernet Interface Adapter Device (EIAD) breakout box, and/or a Selective Availability Anti Spoofing Module GPS (SAASM GPS) Tray. FBCB2 JV5 Specifications: The JV5 PU should contain a minimum of a 1.66 GHz Dual Core processor and a minimum of 4 GB of RAM. The JV5 PU must also contain at a minimum two hard drive bays of the DB32 and DB20 form factor. The DB32 P/S RMHDC shall be at a minimum a 160GB storage capacity removable Hard Disk Drive. The DB32 P/S SSHDC shall be at a minimum a 128GB storage capacity removable Hard Disk Drive and must be no larger than 32 mm thickness, 5.8 x 8.2 x 1.3, Device Bay 32 Physical Format to accept rotating media & solid state media, EIDE interface and be interoperable and interchangeable with the numerous fielded systems. The DB20 RMHDC shall be at a minimum a 160GB storage capacity removable Hard Disk Drive and must be no larger than 20 mm thickness, 5.25 x 7.375 x.75 Device Bay 20 Physical Format to accept rotating media & solid state media, SATA interface and be interoperable and interchangeable with the numerous fielded systems. The DU is a minimum 18 bit color LCD with a minimum 800 x 600 pixel resolution. The display has an internal touch screen capability, and is fully sunlight readable in bright sunshine, with brightness level that is gradually adjustable from full brightness to total blackout conditions for night time operations. The KU uses a standard 84 key QWERTY layout, which is hot pluggable into the Display unit. It also incorporates backlight of keys, which provides the user a range of brightness adjustments and full blackout capabilities. "The FBCB2 Joint Platform Tablet (JPT) System (Blue Force Tracking (BFT) Configuration) has 4 LRUs which are defined as the JPT (without the Hard Disk Drive Cartridge), the Integrated Dock (ID), the Dock Interface Cable, and the JPT Solid State Hard Disk Drive (JPT SSHD). This system can be optionally configured with a Dedicated Keyboard, a SAASM GPS, and/or a Tac-Link Modem. FBCB2 JPT Specifications: The JPT should contain a minimum of a 1.66 GHz Dual Core processor and a minimum of 4 GB of RAM. The JPT shall also contain at a minimum a 128GB Solid State Smart Hard Drive with an additional bay for a secondary Smart Hard Drive. This hard drive must be of the 2.5 form factor and utilize a SATA interface, and must be interoperable with currently fielded JPT systems. The DU must be a 10.4 display with a 16 bit color LCD and a minimum 1024 x 768 pixel resolution. The display has an internal touch screen capability, and is fully sunlight readable in bright sunshine, with brightness level that is gradually adjustable from full brightness to total blackout conditions for night time operations. The optional dedicated KU uses a standard 84 key QWERTY layout, which is hot pluggable into the Display unit. It also incorporates backlight of keys, which provides the user a range of brightness adjustments and full blackout capabilities. "The FBCB2 JPT System (Breakout Configuration) has 6 LRUs which are defined as the JPT (without the Hard Disk Drive Cartridge), the Breakout Dock (BD), the Dock Interface Cable, the Breakout Box (BB), the Breakout Box/Breakout Dock Interface Cable, and the JPT Solid State Hard Disk Drive (JPT SSHD). This system can be optionally configured with a Dedicated Keyboard, a SAASM GPS, and/or a Tac-Link Modem. "The FBCB2 JPT System (C4I) has 6 LRUs which are defined as the JPT (without the Hard Disk Drive Cartridge), the Slimline Dock (SD), the Data Distribution Unit (DDU), the DDU Interface Cable and the JPT Solid State Hard Disk Drive (JPT SSHD). This system can be optionally configured with a Dedicated Keyboard, a SAASM GPS, and/or a Tac-Link Modem. Additionally, this system may contain cable sets to interface with platform C4I nodes. "Support Equipment: Support Equipment Consists of Mission Data Loaders (MDL), Secure MDLs, MRC-DU, Serial Interface Adapter Devices (SIAD), and Ethernet Interface Adapter Device (EIAD) cables. The various FBCB2 computer systems described above and their associated LRUs such as the KU, DU, hard drives and support equipment all need to be interoperable and interchangeable within and across each other. The manufacturer shall provide a turnkey computer system capable of running Red Hat Enterprise Linux Versions 3, 4, and 5, as well as Microsoft XP, Vista, and Windows7 operating systems. The computer system with the subject operating systems shall work as a fully integrated, operating system to include all hardware, software, and firmware components, and shall include all OEM licenses. The computer systems shall be capable of running FBCB2 Versions 6.5, Joint Capabilities Release (JCR) 1.1, and JCR 1.3 application software on the aforementioned Linux operating systems. The Government will not provide device drivers for manufacturers hardware. Additionally manufacturer provided hard drives must be capable of successfully being duplicated on the Greystone DataFast5 (DF5) Duplicator and must be capable of successfully being purged on the Creative Vision Technologies (CVT) purging device. Offerors may view detailed descriptions of the FBCB2 Family of Systems as attachments located on the IBOP website https://abop.monmouth.army.mil entitled: "Performance Specification for the Force XXI Battle Command Brigade and Below (FBCB2) Appliqu+ JV5 (Dual Core) Computer System: FBCB2 JV5-0001- Version 1.0 "Performance Specification for the Force XXI Battle Command Brigade and Below (FBCB2) Joint Platform Tablet (JPT): FBCB2-JPT-0001 The Government POCs are MAJ Jez Johnson 732-427-4597, and Mr. Tom Aitken 732-427-0322. Any interested computer manufacturer must demonstrate the ability to produce computer hardware that is compatible with the space claims described in the attached specifications, that operates within the existing fielded installation kits, operate with the fielded computer systems, and their ability to perform the support services as required in support of hardware production and delivery. The manufacturer must demonstrate a sustained production capacity for delivery up to 600 systems per week or more, and the ability to begin these deliveries within four months of an order, with orders beginning March 2011. The manufacturer must demonstrate completion of a first article qualification test to include proof of NBC compliance, complete reliability testing, using the government performance specification, and provide supporting test data of completed test results in order to be considered for this procurement. Respondents should specifically address their capability to provide all the above as part of their response to include completed test data, ability to perform cost reporting, production capacity and support services. Responses should be mailed to US Army Contracting Command, CECOM Contracting Center, CCCE-CBK-B, Bldg. E2445, Aberdeen Proving Ground, MD 21010 or emailed to the Contract Specialist at christina.l.gresham@us.army.mil. All information must be submitted and received no later than 29 October 2010. THIS IS A MARKET SURVEY REQUESTING INFORMATION ONLY. The submission of this information is for planning purposes and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. No solicitation will be issued against this notice. This Market Survey is issued IAW the requirements FAR Part 8.6.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/308905eb8d3d7b233c7d4c43678c72b8)
- Place of Performance
- Address: CECOM Contracting Center (CECOM-CC) ATTN: CCCE-CBK-B Aberdeen Proving Grounds Aberdeen MD
- Zip Code: 21010
- Zip Code: 21010
- Record
- SN02311385-W 20101016/101014234241-308905eb8d3d7b233c7d4c43678c72b8 (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 |