SOURCES SOUGHT
D -- Software Adaptive Advanced Computing (SAAC) system
- Notice Date
- 7/28/2003
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston MKTSVY 1CC6A
- Response Due
- 8/5/2003
- Point of Contact
- Point of Contact - Chris Brutsch, Contract Specialist, 843-218-5965
- E-Mail Address
-
Email your questions to Contract Specialist
(chris.brutsch@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Government intends to negotiate a Sole Source contract, in accordance with FAR 6.302-1, with DynCorp Systems & Solutions LLC; a subsidiary of Computer Sciences Corporation (CSC); 15000 Conference Center Drive; Chantilly, Virginia 20151: 703-818-4000, for the procurement of engineering and technical services in support of the Software Adaptive Advanced Computing (SAAC) system: a standards based software defined radio project that provides a standards based software oriented solution enabling communication interoperability to disparate radio systems without the need to modify or replace existing radio systems . The proposed services relate software defined radio initiatives: emphasizing the resolution of issues with respect to communication systems interoperability, integration, networking and design, engineering and licensing. The following areas of expertise are required: experience in the study, analysis, design, testing and implementation of integrated communications systems; communications networking; radio systems engineering and licensing; public safety domain interfacing; working knowledge of legal statutes and intellectual property agreements; familiarity of software radio system utilization, as well as: federal, state, and local public safety industry knowledge and interaction. Experience in Federal Communications Commission (FCC), National Telecommunications and Information Administration (NTIA), and Federal Aviation Authority (FAA) regulatory issues. The software-defined architecture provides flexibility in handling multiple waveforms and communications systems. SAAC links disparate inter-agency systems in both frequency and waveform types. This solution is software driven; therefore, the configuration control can be easily altered. Upgrades require adding software modules to the existing system; providing backward compatibility to currently fielded systems. The SAAC system can also act as a repeater for extending the normal range of radios. SAAC combines various Commercial Off-The-Shelf (COTS) technologies and subsystems onto a single card to develop a solution with the same form factor as full length Peripheral Component Interconnect (PCI) cards in standard desktop workstations. The contractor shall provide software defined radio systems engineering, integration and technical services for the SAAC System. Experience in the following areas, at a minimum, is required: demonstrable understanding of the SAAC architecture, software designed radio installation; software based wireless communication systems, software defined radio system integration, radio infrastructure, interoperable voice and data communications, mobile computing, system deployment, emergency incident support and operational system planning. It is imperative to have experience with South Carolina Public Safety radio systems and networks and proficiency in the integration of legacy Public Safety communication infrastructure. Installation of a SAAC system requires the following tasking: procurement and delivery of SAAC production unit(s), site survey visitation, documentation and review plan. Also, analysis of specific requirements for systems integration; including, as required: hardware, software, communications, physical interfaces, video, data, and user interfaces. An implementation plan shall be designed and delivered to the government for approval prior to installation. Project Management required to successfully and efficiency complete all tasking shall be required. This includes, at a minimum: project status updates, financial and contractual documents and other tasks as specified by each delivery order. A Cost Plus Fixed Fee, Indefinite Delivery/Indefinite Quantity type contract is anticipated with a base period of one year and options to extend the term of the contract for an additional two (2) one-year periods. The NAICS Code is 541330 and the applicable size standard is $ 23 Million. NO SOLICITATION WILL BE MADE AVAILABLE AS A RESULT OF THIS ANNOUNCEMENT. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Any firm that believes it can meet the requirement may give written notification to the individual identified below. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirement above. Any response to this announcement must be received no later than 15:00 EST 05 August 2003. All responses will be evaluated; however, a determination by the Government not to compete the proposed action is solely within the discretion of the Government. Comments are to be forwarded to Mr. Chris Brutsch, Code 0217CB, SPAWARSYSCEN Charleston, P.O. Box 190022, N Charleston, SC 29419-9022 or e-mail chris.brutsch@navy.mil.
- Web Link
-
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=NAVbusopor.nsf&whichdoc=F42125BC32DC7CEF88256D640056998C&editflag=0)
- Record
- SN00384874-W 20030730/030728213829 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |