Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2015 FBO #4922
MODIFICATION

58 -- Intent to Sole Source for Upgrades and Warranty to current MNVR radios

Notice Date
5/15/2015
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
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
W15P7T13D0068
 
Archive Date
5/14/2016
 
Point of Contact
Thomas Lynn, 443-861-4968
 
E-Mail Address
ACC-APG - Aberdeen Division B
(thomas.e.lynn23.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The following Intent to Sole Source is for a modification to the previously awarded Mid-tier Networking Vehicular Radios (MNVR) contract, W15P7T-13-D-0068. This is a revision to the previous Sources Sought notice at https://www.fbo.gov/index?s=opportunity&mode=form&id=5e35d2797846b8f8bc371d0465477837&tab=core&_cview=1. This intent to sole source a modification to contract W15P7T-13-D-0068 has no relation to the future competitive effort to procure additional MNVR radios, which is currently projected to be solicited ~1st quarter of calendar year (CY) 2017. ------------------------------------------- The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) intends to solicit on a sole source basis under the statutory authority permitting Other than Full and Open Competition 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements to: HARRIS CORPORATION 1680 UNIVERSITY AVE ROCHESTER, NY 14610-1839 A). This intended modification is for additional capabilities and to extend the warranty for an additional two (2) years to the current contracted MNVR AN/VRC-118(v)1 radio. The additional capabilities required are as follows: 1. Perform hardware and software modifications to add internal Selective Availability Anti-Spoofing Module (SAASM) based Global Positioning System (GPS) to MNVR radio system. 2. Perform hardware and software modifications to increase SRW transmit/receive range to a minimum of 10 kilometers, 200 kilobits per second user throughput, using CC/CSMA mode, with zero call groups, average packet size 600 bytes, point to point, one propagation path, no fading, using a 1.2 MHz UHF-Band channel, and an attenuation of 122 dB. 3. Perform hardware and software modifications so that MNVR system shall utilize the 225-450 MHz frequency band to receive and transmit information with other systems for WNW, using a 3.0 MHz channel. 4. Perform hardware and software modifications so that MNVR system shall utilize the 225-450 MHz frequency band to receive and transmit information with other systems for WNW, using a 1.2MHz channel. B). The Government intends to sole source the above requirements due to not owning the rights to the below: 1. System level: *manufacturing test specifications *manufacturing test fixture specifications 2. Line Replaceable Unit level (Receiver/Transmitter, Power Amplifier (PA), Network Port Extender (NPE): *schematics *manufacturing test specifications *manufacturing test fixture specifications *manufacturing assembly drawings, with all part numbers 3. Detail level: *printed circuit board (PCB) schematic *PCB artwork, drill patterns, solder mask *PCB component lists *PCB component placement data *PCB test fixture specifications *mechanical part fabrication drawings *software source code *firmware source code Please reference the attached Performance Requirements Document (PRD) and the attached Statement of Work (SOW) for additional information. All responsible sources should submit a capability statement in writing to the below which will be considered by the Government. The capability statement shall identify the Contractor's capability in meeting the Government's requirements for this proposed modification in Section A above provided the information in Section B. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Questions concerning this requirement shall be e-mailed to thomas.e.lynn23.civ@mail.mil by 1600 on 27 May 2015. All communications SHALL be submitted ONLY in writing AND directly to the email addresses identified above. Contractors shall not contact any other Government Personnel other than the person identified above. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cdc16bc1adb3edb6625e47cf5d2a23e2)
 
Record
SN03733082-W 20150517/150515235128-cdc16bc1adb3edb6625e47cf5d2a23e2 (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.