Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2013 FBO #4099
SOURCES SOUGHT

58 -- Engineering, Manufacturing, and Development (EMD) of PM WIN-T Increment 3

Notice Date
2/11/2013
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-13-D-0040
 
Response Due
2/20/2013
 
Archive Date
4/12/2013
 
Point of Contact
Jesse Lefever, 443-861-4984
 
E-Mail Address
ACC-APG - Aberdeen Division B
(jesse.l.lefever.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Center - Aberdeen Proving Ground (ACC-APG), and Project Manager Warfighter Information Network-Tactical (PM WIN-T) are conducting market research. The purpose is to identify parties interested in performing as the prime contractor for the following effort: PM WIN-T Increment 3 anticipates a follow on to the original System Development contract awarded in 2002. This effort reflects the continued development of the WIN-T Increment 3 System to include, but not limited to, network and transmission engineering, logistics support, software development and support and test. WIN-T is the implementation of the Army's strategy to achieve a world-class Joint expeditionary network enabled by information technologies that support the goals of the Army Campaign Plan and other Army/Joint mandates. WIN-T is an Acquisition Category 1D Major Defense Acquisition Program that establishes a single integrating framework creating a network of networks for the Army, operating at the halt and on the move. WIN-T Increment 3 provides the fully mobile, flexible, dynamic tactical networking capability needed to support a highly dispersed force over a noncontiguous area. WIN-T Increment 3 enhances network capability and reliability and introduces the aerial tier. The focus of WIN-T Increment 3 Engineering and Manufacturing Development (EMD) is to attain Milestone C approval. Under the FY13 -FY16 Increment 3 EMD Contract, the Contractor performs the following major tasks: Design, integrate, deliver, test, and fully document a turn-key WIN-T communications network, composed of field-ready Configuration Items (CI's), and architected in accordance with the requirements specified in the System Performance Specification (SPS). Key components of the system include: oNetwork Design (ND)- Provides integrated switching, routing, connectivity, and range extension for the network; oNetwork Management (NM)- Provides planning, monitoring and administration tools; oTransmission Services Subsystem (TSS)- Provides the backbone radios and antennas. This subsystem, along with ND and NM, provides the self-organizing backbone critical to enabling communications on the move; & o Information Assurance (IA)- Provides end-to-end security consistent with the classification of information passed over the WIN-T network. Design, fabricate, test, and fully document CIs that conform to the SPS, and meet or exceed Reliability Availability Maintainability metrics; Develop and deliver comprehensive baseline documentation for WIN-T Increment 3 (e.g., system, assemblage and standalone device performance specifications, CAD drawings and detailed component specifications including full requirements traceability at all levels back to the SPS. Support Test events conducted by independent Government testing agencies including Developmental Tests (DTs) and Limited User Test (LUTs); Design, fabricate, and test of quote mark end item quote mark Engineering Development Model (EDM) hardware to be utilized in DT/LUT; & Develop and utilized logistics processes and products necessary to support the WIN-T Increment 3 program. Major Milestones include the following: Anticipated Award Date: 3QFY13 The security requirements for this effort will be as follows: Facility Clearance required shall be TOP SECRET with SECRET safeguarding capability. Interested parties may identify their capability to meet the requirements by submitting: a white paper, technical data, qualification and certification test data, logistics documentation and past performance data. This data must be provided to this office not later than 20 February 2013. Only complete responses received by this date will be considered. This notice of intent is not a request for competitive proposals and no formal solicitation package is available. Contract Number W15P7T-13-D-0040 has been assigned to this market survey for reference purposes only and does not constitute a contract for bids/proposals. The Government does not intend to pay for any information provided under this announcement. Interested sources may identify, in writing, their interest and capability to respond to this requirement to Aaron H. Kazi, Sr. Contracting Officer, 443.861.4992, email: aaron.h.kazi.civ@mail.mil Or Jesse L. Lefever, Contract Specialist, 443.861.4984, email: jesse.l.lefever.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/984faee1ef273eb66cb8df5ab847375c)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02984772-W 20130213/130211234330-984faee1ef273eb66cb8df5ab847375c (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.