SOURCES SOUGHT
58 -- Sources Sought Notice for the Enhanced Position Location and Reporting System (EPLRS) Radios and Ancillary Hardware
- Notice Date
- 5/19/2006
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-06-R-N003
- Response Due
- 6/19/2006
- Archive Date
- 8/18/2006
- Small Business Set-Aside
- N/A
- Description
- The Enhanced Position Location Reporting System (EPLRS) is a tactical data radio system that is currently in production and is managed by Project Manager, Tactical Radio Communications Systems, Fort Monmouth, NJ. EPLRS provides a mobile wireless dat a communications backbone for the Armys Tactical Internet, provides embedded situational awareness/position navigation, and is a common system for Army, Air Force, Navy and Marine Corps war fighters. EPLRS is a key enabler for network centric warfare. E PLRS supports the Modular Army and is interoperable with US Air Force, US Marine Corps and US Navy EPLRS Radios. EPLRS mobile networks are used by Army Battle Command Systems (ABCS) and Force XXI Battle Command Brigade and Below (FBCB2) host computers for situational awareness and command & control. EPLRS consists of an EPLRS Network Manager (ENM) and radios that can be configured for manpack, vehicular and airborne use. Contract Number DAAB07-97-C-C775 was awarded as a Firm Fixed Price contract on a sole source basis to Raytheon Systems Company, 1801 West Hughes Drive, Fullerton, California 92833 on 16 Sep 97 for the manufacture of approximately 2300 the Raytheon designed EPLRS radio RT-1720( ). The contract has been modified over the years to increase the number of radios to be procured. To date a total of approximately 15, 000 EPLRS radios have been delivered or are on contract to be delivered. Scope of Effort: The scope of this market survey is three fold in nature. Identify sources for the following: 1. Production of the EPLRS ADDSI Receiver-Transmitter, NSN 5820-01-514-1408, P/N A3285962. Additional quantities of EPLRS radios are required to meet new Department of Defense fielding requirements as well as requirement growth to support the Armys Modul ar Force reorganization. The current manufacturer is Raytheon Company, Fullerton, California 92833-2200. Raytheon Company is the developer and prime contractor for EPLRS radios and the EPLRS Net Manager. Raytheon Company maintains configuration manageme nt of internal modules and maintains the software source code. The Government does not have detailed documentation on hardware modules, software/firmware or source code. Consequently, the Government does not have the detailed documentation or source code to provide to a third party. A technical data package is not available. The Governments requirement for EPLRS radios calls for the Firm-Fixed-Price acquisition of up to approximately 3,000 EPLRS ADDSI Receiver-Transmitters (RTs), with inherent produc tion qualification testing and initial software programming requirements. Contract modification award is planned for the 1st or 2nd quarter of Fiscal Year 07. The resultant contact is expected to consist of a base year and one (1) option year. Initial d eliveries are expected within six (6) months of receipt of order. Production rates should average 200 radios per month with a surge capability of up to 400 radios per month. This will allow the Department of Defense to continue to implement its objective to digitize and modularize the battlefield. Any radios produced under this proposed contract will be fully interoperable with the currently fielded system. 2. Provide an initial quantity of up to 1000 EPLRS Microlight 3G radios to evaluate an interim solution to provide tactical internet capability to the individual soldier. To do this the Government is currently pursuing an effort to expand the capability o f the EPLRS configuration to add an additional smaller form factor radio, titled the Microlight 3G, capable of running a Software Communication Architecture (SCA) 2.2 compliant Soldier Radio Waveform (SRW) or Enhanced Position Location Reporting System (EP LRS) waveform (operator selectable), to provide the dismounted soldier connectivity to the Tactical Internet. Hardware deliveries need to start within six months of award. Prior to the effort described herein, final design and pro duct qualification of the M3G will have been provided for through a formal change order to the existing EPLRS configuration 3. Production of up to a total of 300 twenty watt power amplifiers to support the EPLRS Microlight 3 G and SINCGARS Sidehat radios. The power amplifier is an external power source for the EPLRS Microlight 3G and SINCGARS Sidehat radios that is used to boo st signal strength. Hardware deliveries need to start within six months of award. The intent is to produce the necessary ancillary hardware to support the interim evaluation of the an interim solution to provide tactical internet capability to the indivi dual soldier Interested parties may identify their interest and capability to respond to this requirement. Suppliers capable of manufacturing the EPLRS radios and ancillary hardware shall respond in writing and shall identify their capability to both produce the end i tem and conduct production qualification testing and software loading. The response should be a short introductory description (unclassified) of a viable approach meeting the above needs, and should address production capacity and surge capability. There should be some technical description of the proposed subsystem/technologies to include configuration and capabilities and how this will meet the anticipated requirement. Additional documentation such as test results, product descriptions, and previous pe rformance, may be appended. Please submit one paper copy and one electronic copy of the submission to the following: Commander, US Army Communications-Electronics Life Cycle Command Acquisition Center ATTN: AMSEL-AC-CB-RT-R (Mr. Phillip Forgione) Building 1208 West Fort Monmouth, NJ 07703 Telephone: 732-532-1403 email: phillip.forgione@us.army.mil : Commander, US Army Communications-Electronics Life Cycle Command Acquisition Center ATTN: AMSEL-AC-CB-RT-R (Mr. Philip Weckesser) Building 1208 West Fort Monmouth, NJ 07703 Telephone: 732-532-2396 email: philip.weckesser@us.army.mil : Project Manager, Tactical Radio Communications Systems ATTN: SFAE-C3T-TRC-TR-CF (Mathew Marion) Bldg 455 Fort Monmouth, NJ 07703 Telephone: 732-427-3631 email: mathew.mairon@mail1.monmouth.army.mil : The deadline for the receipt of responses to this market survey is 19 JUNE 2006. If more information is needed, please contact Mr. Mathew Marion, 732-427-3631, Mathew.Marion@mail1.monmouth.army.mil.
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN01054009-W 20060521/060519221140 (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 |