MODIFICATION
58 -- Prophet Block II/III CBD Announcement has been revised. Please see Description below for revised version.
- Notice Date
- 1/11/2002
- Notice Type
- Modification
- Contracting Office
- US Army Communications-Electronics Command, CECOM Acquisition Center, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- DAAB07-02-R-L456
- Response Due
- 1/25/2002
- Archive Date
- 2/24/2002
- Point of Contact
- Charm Yeung, (732) 427-1338
- E-Mail Address
-
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center
(Charm.Yeung@mail1.monmouth.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58 -- Communication, Detection, and Coherent Radiation Equipment OFFADD: U.S. Army CECOM, CECOM Acquisition Center, Ft. Monmouth, NJ 07703-5008 SUBJECT: 58 - NOTIFICATION OF INTENT TO POST DRAFT REQUEST FOR PROPOSAL FOR PROPHET BLOCK II/III SOL DAAB?????? POC Technical - Daniel Tartaglia, 732-427-1959, daniel.tartaglia@mail1.monmouth.army.mil; Contractual: Laura Paskman, Contract Specialist (732) 532-3548; Andrew Dellomo, Contracting Officer (732) 532-3569 DESC: (1) The Department of the Army, Project Manager Signals Warfare (PMSW) has a requirement for a ground based Signals Intelligence (SIGINT) capability called Prophet (AN/MLQ-40(v)4). PMSW will be releasing a draft Request for Proposals (RFP) for Bloc k II/III of the Prophet system on or about 14 February 2002. The Block II/III Program is an upgrade to the Prophet Block I Production System. The Prophet Block II/III system is HMMWV based and shall provide full Block I functionality (the Block I frequency range is 20 - 2000 MHz) and add the following Electronic Support (ES) capabilities: ? Demodulation and DF/LOB of TAS signals (Block I is capable of demodulating and DF/LOB AM, FM, CW and SSB single channel push-to-talk unencrypted transmissions) ? Automatic identification of TCS, TAS and TOS signals in the specified frequency range All of the above functions must be performed while the vehicle is stationary and/or On-The-Move (OTM). The DF accuracy in the stationary Configuration shall be no greater than 100 RMS and the DF accuracy while OTM shall be no greater than 22.50 RMS. The sy stem shall be fully automated with a Human Machine Interface (HMI). An Electronic Attack (EA) capability integrated with the ES functions is being considered as either a basic system requirement or a Better Value Capability (BVC). The above list represent s the major requirements being sought; the complete list of requirements will be documented in the RFP. Maximum re-use of the Block I system and its sub-systems is encouraged and will be considered when evaluating proposals. All pertinent data that the Go vernment has obtained from the production contract will be made available to requesting contractors. The Government will provide all potential bidders with a QinetiQ brief of current Block III Risk Reduction/CAD Architecture efforts at Industry day to be h eld on or about 21 February 2002. A standard data package documenting QinetiQ's capabilities will be available for all potential US/UK bidders (Note: Prospective Bidders need to notify a POC by 15 January 2002 of their planned attendance at Industry Day s o the proper documentation can be processed). Bidders may incorporate this information in their proposals. There is no requirement to bid or use QinetiQ applications. If QinetiQ application is proposed, only the selected Block II/III contractor, after co ntract award and establishing a contractual relationship with QinetiQ will have access to utilize applicable data, information and/or functionality resulting from the risk reduction effort (this access is limited to US and UK contractors only). Any one on one discussions between bidders and QinetiQ following the Industry brief will be subject to UK Export and Business Case License approval. Any data, information, functionality and/or other aspects of the QinetiQ effort dealing with SAGE technology will only be transferred under the provisions of the CATALYST MOU and will not be subject to cost re-circulation. The Government requires that any potential bidders have existing technology that meets the signal type and frequency range requirements noted above. To satisfy this requirement, all potential bidders need to participate in a demonstration of those capabilities to be conducted in April/May 2002, at their own cost. Details on demonstration requirements will be included in the draft RFP. The upcoming solic itation will be a ful l and open competition where the RFP defines the performance requirements of the system along with a section defining better value capabilities. The better value capabilities should be stand-alone features in terms of pricing and potential for inclusion in the final system design. All contractors planning to respond to the solicitation must have the ability to handle, store and process Sensitive Compartmented Information (SCI). (2) The Government is seeking the widest possible response from industry. (3) Interested parties are encouraged to monitor the CECOM Business Opportunities Page (abop.monmouth.army.mil) for further information regarding the release of the draft RFP. (4) This announcement is for information and planning purposes only, does not cons titute a solicitation for bids or proposals, and is not to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this announcement. LINKURL: http://abop.monmouth.army.mil LINKDESC: Business Opportunities Page EMAILADD: xxxxxxx@xxxx EMAILDESC: xxxxxxxxx, Contract Specialist CITE: ???????
- Web Link
-
Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: US Army Communications-Electronics Command, CECOM Acquisition Center ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN20020113/00013945-020112090518 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |