Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2010 FBO #3315
SOURCES SOUGHT

59 -- REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT FOR The Special Projects Office (SPO)/ Northeast Regional Response Center (NRRC), Global Tactical Advanced Communications Systems (GTACS) and Services

Notice Date
12/20/2010
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment 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-C001
 
Response Due
1/10/2011
 
Archive Date
3/11/2011
 
Point of Contact
David Hansen, (410) 417-0984
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(david.e.hansen1@us.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
1. Program Executive Office Command, Control, Communications-Tactical's (PEO C3T's) Special Projects Office (SPO), Northeast Regional Response Center (NRRC) Fort Dix, NJ and PM Warfighter Information Network Tactical (PM WIN-T) are seeking information for the Global Tactical Advanced Communications Systems (GTACS) initiative from experienced providers of turn-key systems and associated support services. The tactical integrated communications systems may support both commercial and military operations, globally. Large and small businesses that are experienced in providing turn-key tactical integrated communications systems and associated support services (NAIC) 334290 small business standard is defined by 750 employees or less for the systems specified below are requested to respond to this RFI. 2.The intent of this RFI is to identify multiple prime contractors and subcontractors capable of providing the broad range of equipment, services and support required to accommodate both DoD and civil agency missions. The Companies shall meet every capability as listed below to respond to this RFI. These demands may require equipment to facilitate support to the Government in the areas to include but not limited to: Baseband ( examples such as: Non-Secure Internet Protocol Router (NIPR), Secure Internet Protocol Router (SIPR), Joint Worldwide Intelligence Communications System (JWICS), Centcom Regional Intelligence Exchange System (CENTRIX), Commercial and Net Equipment, Tactical Communications Platforms (examples such as: Mobile Broadband Global Area Network Access Capabilities (MBAC), Satellite Communications (SATCOM) Terminals (LARGE, Very Small Aperture Terminal (VSAT), Hand Held), Highly Mobile Communications, Very High Frequency (VHF), Ultra High Frequency (UHF), Ku, Ka, C, X, L, Land Mobile Radio (LMR), Mobile satellite services (examples such as: Satellite Phones, Secure Personal Digital Assistants (PDAs), Cell Service Development). These demands may require non-Systems Engineering and Technical Assistance (non-SETA) services to facilitate support to the Government in the areas to include: systems engineering; engineering; development; maintenance; software development, production, sustainment and support; program management and analysis; business functions; logistics; supply chain management; technical field assistance; test and evaluation; modeling and simulation; information operations/assurance support; fielding and training; facilities management; administrative support pertinent to the above. These services will be performed in conjunction with all new and existing federal Government system of systems, family of systems, platforms, systems, subsystems and items as required to support hardware and software purchases. 3.Security Requirements for the basic contracts will be as follows: Facility Clearance required shall be TOP Secret. Level of Safeguarding required shall be Secret 4. Interested companies should furnish the following information: Name and address of company, Point of Contact (Name, address, phone number, and e-mail), Identify past and current products your company offers which most closely match the capabilities specified above. Please provide any available product brochures, specification sheets, photographs, illustration and technical descriptions which describe your company's current products which most closely match these capabilities. Interested companies may also provided a "White Paper" (no more than 10 pages in length) describing how its products and technical expertise could produce and deliver such a capability. Also, identify your company's past and current customers to which you provided similar products, including a customer/company name and point of contact, phone number and address/e-mail where they can be contacted. Responses must also address the following: 4.1What are the core competencies of your employees that support your current tactical integrated communications systems? 4.2Describe any experience operating in hostile, contingency or combat environment, in support of military operations worldwide. 4.3Describe your experience designing and integrating turn-key tactical integrated communications systems that have been operated in worldwide environments. 4.4Describe your experience implementing tactical integrated communications systems product improvements and enhancements. 4.5Describe your experience performing military and commercial tactical integrated communications systems certifications. 4.6What is the maximum production rate per month for each type of the tactical integrated communications systems that you have previously delivered? 4.7Provide the total number of individuals currently employed by your company that support your tactical integrated communications systems program. 5. This RFI is for informational purposes only and does not obligate the Government to implement or acquire any communication systems, equipment or service addressed in any information received or change any acquisition strategy. This RFI does not obligate the Government for cost reimbursement for preparation of response. 6. The anticipated schedule of events for this GTACS effort are: draft RFP release (without sample tasks) January 2011; formal RFP release sometime 1st Quarter of 2011; anticipated award date of 3rd quarter 2011. Special Note: Sample Tasks 4 'Special Projects' and Sample Task 5 'Small Business' have been removed from the effort. Note: The Solicitation, Number W15P7T-11-R-C001 replaces Solicitation Number W91LV2-10-R-011 which started at Fort Dix, New Jersey. Both solicitations reflect the same effort. From here forward follow Solicitation Number W15P7T-11-R-C001 for updates and information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/65961f62b1b309bca193d5079cc9bcfa)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) Army Contracting Command 6011 Combat Drive, CCCE-CBC Aberdeen Proving Gnd MD
Zip Code: 2105-1846
 
Record
SN02347423-W 20101222/101220234004-65961f62b1b309bca193d5079cc9bcfa (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.