SOURCES SOUGHT
58 -- SOURCES SOUGHT FOR MULTIPLEXER INTEGRATION AND DIGITAL COMMUNICATIONS SATELLITE SUBSYSTEMS (DCSS) AUTOMATION SYSTEM (MIDAS) (AN/USC-63) PRODUCTION HARDWARE BUY
- Notice Date
- 2/29/2012
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-12-R-XXXX
- Response Due
- 3/12/2012
- Archive Date
- 5/11/2012
- Point of Contact
- Cassi Haynes, 309-782-4580
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(cassi.haynes@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ONLY. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION/REQUEST FOR PROPOSAL. Project Manager, Defense Communications and Army Transmission Systems (PM DCATS), Fort Belvoir, VA, is seeking information from qualified sources for the acquisition of Multiplexer Integration and Digital Communications Satellite Subsystems (DCSS) Automation System (MIDAS) components. This acquisition is a follow on to an existing MIDAS contract for supplies only and does not include MIDAS engineering and support services. PM DCATS provides worldwide support for the Joint Warfighters by providing dedicated strategic satellite ground components and long haul terrestrial microwave communication systems, technical control facilities, command center upgrades, and deployed forces infrastructure. MIDAS equipment is currently installed at scores of Wideband Global SATCOM (WGS) and Defense Satellite Communications System (DCSS) sites worldwide to provide essential multiplexer and circuit patching capabilities. It is an integral part of the baseband equipment suites at DoD Teleport, Standardized Tactical Entry Point (STEP), Regional Hub Nodes, and other Defense Enterprise Wideband SATCOM System (DEWSS) sites providing communications support to the Warfighter. MIDAS also automates the patching of traffic within the fixed site locations, thus providing responsive support to rapidly changing deployed Defense Information Systems Network (DISN) configurations. Statement of Need: Interested sources shall be experienced in providing necessary hardware and software to perform all system/network management and control functions including multiple Operator Interface Unit (OIU) control consoles related to the MIDAS switching; multiplexing (AN/FCC-100(V) 7, T1, E1, ETSSP NSM V3 (20 Mbps); High Speed Multiplexer (26 Mbps); system timing; fault isolation; automated test diagnostics; and alarm/event functions to Remote Control Monitor Centers. Circuit Card Assemblies (CCAs) must comply with the form, fit and function of current CCA assemblies. NOTE: The Government does not own all the MIDAS data rights, drawings, software source code, and associated technical data, most of which are proprietary to the incumbent MIDAS supplier, Raytheon Company. The Government tentatively plans to include the following MIDAS hardware items in the MIDAS acquisition. a.Rack Assembly with 3 Chassis; NSN 5975-01-562-7910, Part No. G743040-3 b.Fan Assembly; NSN 5998-01-450-2556, Part No. G759829-1 c.Panel, I/O, Wired; Part No. G782566-1 d.Panel, I/O, Wired; Part No. G782566-2 e.Ethernet Hub and Power Supply; NSN 5998-01-450-2549, Part No. H315534-1 f.Power Supply Chassis; NSN 5975-01-516-2009 g.Power Supply Module; NSN 6130-01-572-5061, Part No. G742985-5 h.Timing Distribution and Control Assembly (Cards for TDA); NSN 5998-01-496-0379, Part No. H310131-1 i.Timing Distribution Assembly (TDA); NSN 5998-01-496-0385, Part No. G752560-1 j.Chassis Assembly; NSN 5975-01-456-6399, Part No. G733846-1 k.I/O Connector Module; NSN 5998-01-450-0334, Part No. G733128-1 l.IKEE Kit #2 (1 Rack, 3 Chassis); NSN 5995-01-516-1970, Part No. PLH327099-2 m.IKEE Kit #4 (3 Racks, 9 Chassis); NSN 5995-01-516-3511, Part No. PLH327099-4 n.IKEE Kit #5 (4 Racks, 12 Chassis); NSN 5995-01-516-5843, Part No. PLH327099-5 o.Oscillator, Crystal Oven Controlled; NSN 5998-01-450-2535, Part No. G782686-2 p.Operator Interface Unit (OIU); NSN 5998-01-456-6397, Part No. G743060-1 to include Personal Computer, NSN 5998-01-450-2537, Part No. G743005-1, Printer, OIU Laser, NSN 5998-01-450-2538, Part No. G743003-1 and Monitor; NSN 5998-01-450-2532, Part No. G743002 q.6U Hot Swap Module; NSN 5998-01-496-0382, Part No. G770235-1 r.6U Hot Swap module (SPARE); Part No. G770235-3 s.2 Wire Analog I/O CCA; NSN 5998-01-450-2555, Part No. G733843-1 t.Programmable Digital I/O CCA; NSN 5998-01-537-4604, Part No. H292149-2 u.Programmable Digital I/O CCA (BERT) ; NSN 5998-01-592-8929, Part No. H461009-1 v.Bipolar I/O CCA; NSN 5998-01-450-2552, Part No. G743044-1 w.Bus Controller CCA; NSN 5998-01-527-7830, Part No. 304FMI1400-02 x.Bus Expander CCA; NSN 5998-01-450-2547, Part No. 304FMI2300-01 y.Dual Mux/Demux CCA; NSN 5998-01-450-4166, Part No. 304FMI1600-01 z.4 Wire Analog I/O CCA; NSN 5998-01-450-2541, Part No. 304FMI1700-01 aa.FCC-100 License; Part No. H314686-1 bb.Test Voltage CCA; NSN 598-01-530-6433, Part No. H346096-1 cc.OIU Software System License, Part No. ADH292055-X dd.RJ45 I/O CCA; NSN 5995-01-493-8085, Part No. G780480-1 ee.RJ45 I/O CCA; NSN 5995-01-493-8090, Part No. G780480-2 Acquisition Strategy: The Government contemplates awarding a single contract for the required MIDAS hardware. The Government anticipates delivery of MIDAS hardware within FY2012. Small business is defined by North American Industry Association Classification System (NAICS) 334220 (750 employees or less). Capability Statement: Interested sources may provide a corporate capability statement with the following information. a.Name, address, and Contractor and Government Entity (CAGE) code of your company. b.Point of Contact (Name address, phone number, and e-mail). c.Identify current products your company offers which most closely match the capabilities specified above. d.Available product brochures, specification sheets, photographs, illustration and technical descriptions that describe your company's current products that most closely match the required capabilities. e.An optional White Paper (no more than 10 pages in length) describing how your company's products and technical expertise could produce and deliver the required capability within the Government's specified time frame. f.An identification of your company's past and current customers to which your company provided similar products, including a customer/company name and point of contact, phone number, and address/e-mail where they can be contacted. g.Pricing structure for required supplies, including licensing, maintenance, upgrades, and integration. Response Format: Responses shall be single-spaced, 12-point font, and not less than 1 inch margins. Based on the page limits set forth above, the total length of the response shall not exceed 10 pages, excluding company brochures and catalogs. In accordance with FAR 15.201(e), a response to this synopsis is not an offer and cannot be accepted by the Government to form a binding contract. Response to this synopsis is voluntary. The Government will not award a contract on the basis of this synopsis, nor pay for information provided in response to this synopsis. This information will not be returned. Corporate information marked Proprietary, such as non-public pricing or bid strategy, will be safeguarded, but the Government may use comments or suggestions about the MIDAS acquisition in any way that the Government chooses. The final requirements and acquisition strategy for the MIDAS program may be different from what is described in this synopsis. Responses to this synopsis shall be emailed or hand-delivered to the US Army Contracting Command - Rock Island, ATTN: Mr. Dean Brabant, 1 Rock Island Arsenal, 2nd Floor Bldg 102, Rock Island Arsenal, IL 61299. Response by email is preferred, but no zipped files may be sent by email due to local firewall restrictions. Email responses shall be sent to dean.c.brabant.civ@mail.mil or cassi.j.haynes.civ@mail.mil. Responses to this synopsis shall be submitted NLT 10 calendar days after the date of publication on the FedBizOpps website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3558b47b5c48eece70f92b4e9fceabf0)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: Cassi Haynes; CCRC-DC Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02686154-W 20120302/120229235409-3558b47b5c48eece70f92b4e9fceabf0 (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 |