SOURCES SOUGHT
70 -- JTT-RFI-SOURCES SOUGHT
- Notice Date
- 12/7/2017
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- JTT-RFI-Sources-Sought
- Point of Contact
- Elizabeth A. Davies, Phone: 443-861-2384, Hung Q. Le, Phone: 443-861-3733
- E-Mail Address
-
elizabeth.a.davies8.civ@mail.mil, hung.q.le4.civ@mail.mil
(elizabeth.a.davies8.civ@mail.mil, hung.q.le4.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT (SSA) WHICH SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT, INVITATION FOR BIDS, REQUEST FOR QUOTATIONS, OR A REQUEST FOR PROPOSALS. THE REQUEST FOR THIS INFORMATION BY THE GOVERNMENT IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ACQUIRE ANY PRODUCTS OR SERVICES, NOR DOES THE GOVERNMENT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SSA OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. All responses will be treated only as information for the Government to consider. Those responding will not be entitled to payment for direct or indirect costs that they incur in developing a response to this SSA. Furthermore, this request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Army in developing an acquisition strategy, Statement of Work / Performance Work Statements and/or Statement of Objectives. Interested parties are responsible to adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. This SSA is a market survey to identify a replacement solution for a Joint use, Integrated Broadcast Service (IBS) terminal with transmit/receive capability. The Government is planning to conduct a procurement of replacement terminals for the Joint fleet of Joint Tactical Terminal (JTT) systems in the field. Currently, two JTT systems are fielded that provide this capability: 1) AN/USC-62A JTT-Senior and 2) AN/URC-145A JTT-IBS. Both of these systems have been in the field for many years and sustainment costs have become a big concern due to obsolescence. The current JTT systems fielded are maintained with a two-level maintenance system (Field Maintenance and Sustainment Maintenance). Users utilize the Army Standard Retail Supply System to requisition parts for remove/replace repair activity at the Field Maintenance level. • The replacement IBS terminal solution should be capable of transmitting/receiving data securely with Type 1 crypto via the over-the-air Common Interactive Broadcast (CIB) IAW MIL-STD-188-181C, 7 May 2014; MIL-STD-188-182B, 7 May 2014; MIL-STD-188-183B, 7 May 2014; MIL-STD-188-186, 4 April 2013; IBS CIB IOS, V1.2.2, 16 January 2014; and processing Common Message Format (CMF) data IAW MIL-STD-6018. Secondarily, the terminal should also be capable of securely receiving the IBS-Alternate (IBS-A) Path broadcast IAW Broadcast Data Specification (BDS) S102-M-C TADIXS-B (E2.0) 27 Aug 2001. For proper reception of IBS-A from some installations, a quad antenna diversity capability is also requested. The terminal should offer transceiver as well as receive-only configurations. If minor modifications are needed to fulfill the requirements, then please identify them. Also, please identify whether the IBS terminal has software growth capability to possibly satisfy additional requirements five years down the road. Contractors should also be able to produce an estimated quantity of up to 1300 units or more, and provide hardware/software sustainment services until transition to government organic depot. The IBS terminal solution shall be capable of operating with maritime, aviation and ground vehicle/shelter platforms. Government Furnish Information (GFI) software source code will be available for information purposes only. The Government intends to obtain at a minimum government purpose data rights in order to set up an organic software depot IAW Title 10, Section 2464. If the resulting JTT solution is depot repairable, the Government will also seek to purchase the hardware technical data for sustainment purposes. An indefinite delivery, indefinite quantity (IDIQ) fixed-price initial production award is tentatively planned for June 2019 with initial deliveries at 18 months leading to validated production orders beginning in June 2021. Contractors who believe they possess the requisite experience and expertise to meet these requirements should respond by indicating their interest and provide sufficient information or documentation to indicate how the requirements would be met. Responses may include a capability statement, evidence of having developed similar systems, a proposal, and / or a quotation for the effort in writing. The Government is also interested in seeing the equipment identified, perhaps in a product demonstration. Interested sources shall submit their responses via email addressed to all Point of Contacts (POCs) identified below: Responses to this SSA must be unclassified. Additional interested sources possessing the capability of meeting any or all of the requirements and conditions outlined above must so indicate by responding via email to all POCs identified herein. All submissions must include full company names, Point of Contacts (POCs) to include, name, position, phone number and email address. All interested sources are encouraged to respond to this SSA by providing the requested information noted above No Later Than (NLT) Close of Business 22 Dec 2017. All proprietary and restricted information shall be clearly marked accordingly. All responses and inquiries pertaining to this announcement shall be forwarded via email to all of the following POCs: Ms Elizabeth Davies elizabeth.a.davies8.civ@mail.mil or Mr. Hung Le, hung.q.le4.civ@mail.mil. NO HARD COPY SUBMISSION WILL BE ACCEPTED. Questions concerning submissions should be directed via email only to all the above POCs
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/502ae05e634a2d12382d5e6c519616d4)
- Place of Performance
- Address: 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland 21005-1846, United States, United States
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN04759974-W 20171209/171207231018-502ae05e634a2d12382d5e6c519616d4 (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 |