Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2011 FBO #3393
SOLICITATION NOTICE

58 -- Logical Follow-on Requirements to Current USSOCOM Contracts H92222-07-D-0012 and H92222-10-D-0015

Notice Date
3/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-11-R-0032
 
Archive Date
5/7/2011
 
Point of Contact
Deanna Cox, Phone: 813 826-6968, Jonathan Katz, Phone: 813-826-7046
 
E-Mail Address
deanna.cox@socom.mil, jonathan.katz@socom.mil
(deanna.cox@socom.mil, jonathan.katz@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
United States Special Operations Command (USSOCOM) located at MacDill Air Force Base (AFB), Florida, intends to award two individual sole source Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The first contract will be awarded to Thales Communications Inc, 22605 Gateway Center Drive, Clarksburg, MD 20871. This contract will be for the repair and replacement of the AN/PRC-148 (V) 1/2 variants, referred to as the Multiband Inter/Intra Team Radio (MBITR) with the AN/PRC-148(V) 5/6, and referred to as the Joint Tactical Radio System (JTRS) Enhanced MBITR (JEM) SOF variants. The second will be awarded to Harris Corporation, 1680 University Ave, Rochester, NY 14610-1839 for the replacement of both the MBITR and AN/PSC-5D, referred to as the Multi-Band Multi-Mission Radio (MBMMR) with the Harris AN/PRC-152 SOF variants and the AN/PRC-117G, respectively. These contracts will support the five USSOCOM Component Commands and the six Theater Special Operations Commands (TSOCs) having common and/or SOF-unique mission requirements. In order to accommodate these mission requirements USSOCOM must establish contracts that will provide the required flexibility and capabilities to support such compelling requirements. In this regard, such an approach will establish a life cycle replacement (LCR) strategy for the total force and serve as an interim solution for the Next Generation Tactical Command Control Communications and Intelligence (NGTC3I) requirement. It includes the LCR of the MBITR radio with either the JEM or the AN/PRC-152 depending on mission/user requirements, e.g., embedded or external GPS. The JEM, is an upgraded version of the legacy MBITR that was first fielded in 2000. The JEM is a ruggedized software-defined hand held radio with embedded US Type I encryption. The JEM is interoperable with existing military and commercial radios that satisfy both current and future SOF C3 requirements. The AN/PRC-152 possesses the same capabilities as the JEM but with some additional features as found in the Next Generation Tactical Communication Capability (NGTCC) System, Capability Production Document (CPD). The JEM and the AN/PRC-152 are both technically acceptable handheld radios and are the only Non-developmental technical solutions available that are capable of meeting USSOCOM requirements as cited in the USSOCOM NGTC3I Market Investigation Report (MIR). The Demand Assigned Multiple Access (DAMA) Integrated Waveform (IW) for UHF Satellite Communications (SATCOM), Single Channel Ground and Airborne Radio System (SINCGARS) E-SIP, and select Special Communications Modes (SCM) developed specifically for SOF. However, there are some subtle differences between the two radios that make them uniquely qualified for mutually exclusive SOF mission requirements. Operational experience and continued testing and evaluation of the JEM have proven that this radio is more adept at maritime missions and can be reconfigured while submerged. Moreover, the JEM allows for disabling the external USB connector when submerged but at the same time allows its control keys to remain fully operational. The AN/PRC-152's 10 Watt data burst capability provides increased data throughput when operating in its SATCOM mode. The AN/PRC-152 has an additional capability to be available in the coming months to provide a wireless mobile ad-hoc networking capability between the radios that offers broadband connectivity between team members within Line-of-sight of each other. Therefore, in order to meet all current mission requirements and align with the CIO's strategic plan for future material solutions HQ SOCOM must award contracts to support the LCR strategy that includes both technically acceptable replacement handheld radios for the MBITR. The AN/PRC-117G was also identified in the USSOCOM NGTC3I MIR, as the only manpack radio satisfying most of the CPD Key Performance Parameters (KPP), as well as several highly desirable objective requirements. The additional capabilities offered by this radio include its ability to provide a a proprietary mobile ad-hoc networking (MANET) capability, that is NSA Type I Certified. The AN/PRC-117G Advanced Networking Wideband Waveform (ANW2) MANET forms a wideband wireless network capable of supporting voice, data, and full motion video (FMV). It will also support a Broadband Global Area Network (BGAN) interface providing the user with a data throughput of up to 500 kbps. The aforementioned radios are being purchased, fielded and sustained by the Government under existing contracts. These new IDIQ contracts will be used as a MBITR and MBMMR LCR that also includes sustainment of MBITR radios until they are replaced by the JEM and/or AN/PRC-152. Sustainment for both contracts shall include a contractor depot repair capability, field technical services, operator/maintainer training, and development, and test and installation of approved modifications and upgrades if required. USSOCOM is in the planning stages for a future competitive development effort providing a complete set of NGTC3I devices that include SOF-unique hand held and man-pack radios. In the interim, USSOCOM must continue its current contract relationships with both Thales Communications and the Harris Corporation. In light of current SOF operational commitments, schedule considerations, FYDP funding profiles, and the results of the aforementioned MIR USSOCOM has continued to enhance its current inventory of tactical radios in order to meet its dynamic mission requirements. Until complete replacement of the USSOCOM radio inventory with the objective NGTC3I devices continued sustainment of the legacy radios is required. In order to sustain the aforementioned radios USSOCOM would need to procure full technical data rights from both Thales and Harris assuming they would be agreeable to do so. This would be costly and any replacement radios would require NSA Certification, Naval Safety Certification (immersion), Aircraft Certification (30k feet ASL operation), JITC Interoperability and Standards Compliance Certifications, Safety Certifications (HERO, HERP, HERF) and Government conducted/witnessed Developmental and Operational testing. This is at least a 24-36 month effort to complete. All of these activities take place after the development/release of a full and open competitive solicitation (RFP). To do so, would cause substantial duplication of program costs, increased schedule risk and above all, result in unacceptable delays in meeting SOF mission requirements. Consequently, such additional costs and delays could not, at this time, be recovered through competition. The anticipated contract ceiling is a combined total (Harris + Thales) of $900M over a 5 year period for both efforts. These IDIQ contracts are anticipated to be awarded prior to Sept 2011 with a period of performance of 1 Oct 2011 - 30 Sep 2016. All responsible sources may submit a capability statement prior to the closing date of this announcement which shall be considered by the agency to the Contracting Officer, Ms. Deanna Cox, deanna.cox@socom.mil with a copy to Mr. Jon Katz, jonathan.katz@socom.mil, Mr. Mark Spadaro, mark.spadaro@socom.mil, and Mr. Valentin Torello, valentin.torello@socom.mil. All questions and/or communications shall be conducted by e-mail. All responses will be considered prior to making a final award determination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-11-R-0032/listing.html)
 
Place of Performance
Address: Depot repairs will be performed at the contractor's facilities. Depending on complexity, modifications and upgrades may be performed at the contractor's facilities or at the various USSOCOM bases in CONUS. Field technical service support and training will be performed at various USSOCOM bases worldwide., United States
 
Record
SN02395923-W 20110310/110308234450-b114651bd2fbac666f4dfa900303321e (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.