SOURCES SOUGHT
59 -- Joint Tactical Terminals (JTTs), a JTT-Briefcase Version (JTT-B) configuration, and Hos Integration/Field Upgrade Support and Out of Warranty repair services.
- Notice Date
- 8/7/2003
- Notice Type
- Sources Sought
- Contracting Office
- US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- DAAB07-03-R-L657
- Response Due
- 8/22/2003
- Archive Date
- 10/21/2003
- Point of Contact
- Gretchen Beideman, 732-427-2940
- E-Mail Address
-
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07
(gretchen.beideman@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA PM, Joint Tactical Terminal, is conducting a Market Survey to identify companies to provide a Joint Tactical Terminal (JTT) capable of receiving on 8 to 12 separate receive channels and transmitting on up to 4 separate transmit channels, a JTT Briefcase Ve rsion (JTT-B) configuration, along with support for Host Integration services/Field Upgrade Support and Out of Warranty repair services. The JTT is a special application Ultra High Frequency (UHF) Satellite Communication (SATCOM) and Line of Sight (LOS) se cure Intelligence Dissemination terminal to be deployed with tactical units. The terminals are dedicated to deliver critical, time sensitive battlefield targeting information to tactical commanders and intelligence nodes from all military services, in near real time, at system high security levels. The JTT is interoperable with the Tactical Reconnaissance Intelligence eXchange Sytem (TRIXS), aka IBS LOS, Tactical Information Broadcast Service (TIBS), aka IBS Interactive, Tactical and Related Applications (T RAP) Data Dissemination System (TDDS), aka IBS Simplex, Tactical Data Information eXchange Subsystem B (TADIXS-B), and UHF General Purpose Link networks (DAMA, TADIL-A, SIDS, and CPM). Raytheon Network Centric Systems of St. Petersburg, FL is the Original Equipment Manufacturer (OEM) of the JTT and JTT Briefcase Version (JTT-B) and is currently on contract with the Government to deliver a substantial quantity of Low Rate Initial Production JTTs as well as Host System Integration/Field Upgrade Support and Ou t of Warranty repair services. The Government does not own full rights to contractor production drawings and specifications. All interested sources must demonstrate that they have the ability to meet the requirements of the JTT and JTT-B System Specificati ons (available upon request) and ability to provide adequate Host System Integration support to Multi-Service Host integrators. Interested sources must also demonstrate ability to perform Out of Warranty repairs on the current JTT and JTT-B configuration i tems in accordance with the currently accepted maintenance concept. Additionally, interested sources must demonstrate the ability to produce a FOrm, Fit and Functionally equivalent JTT that: (1) executes Defense Information Infrastructure Common Operating Environment (DIICOE) Level 7 Compliant JTT Control Client (JCC) CIBS-M software (for Windows and Unix), (2) with an embedded Hayfield or alternative, NSA approved, Information Security (INFOSEC) module, (3) with sufficient processor reserves to support emb edded Integrated Broadcast Service (IBS) Common Message Format (CMF) parser execution and other emerging IBS UHF requirements, (4) that possesses a hardware architecture that is easily modifiable to the Joint Tactical Radio Sysem (JTRS) Software Communicat ion Architecture (SCA) and (5) processes SCA compliant versions of the legacy IBS waveforms (TIBS, TDDS, TADIX-B and TRIXS). Delivery requirements are 15 months after contract award at a production rate that will steeply ramp up to not less than 18 units p er month. Interested sources which have sufficient technical, Integrated Logistics Support (ILS), Production, and Program Management experience in this type of work are invited to send a response describing in detail their (1) ability to deliver and suppor t this equipment and (2) understanding of required testing necessary to satisfy validation and certification requirements. Proprietary information is not being solicited. The Government will not reimburse interested sources or responders to this notice for any costs incurred in responding, or for subsequent exchanges of information. Responses should be submitted no later than close of business 22 August 2003. Information submitted does not constitute a proposal, but will be considered an exchange of capabil ities and ideas. Technical questions and responses should be addressed to Mr. Ron Schaefer, PM JTT/CIBS-M, SFAE-IEWS-DCGS-A, Bldg 550, Saltzman Avenue, Fort Mon mouth, NJ 0703-5304, Telephone Number (732) 427-5174. Email address: Ronald.Schaefer@iews.monmouth.army.mil. See Note 22.
- Place of Performance
- Address: US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN00395109-W 20030809/030807213802 (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 |