Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2006 FBO #1721
SOURCES SOUGHT

58 -- Prophet Block II Electronic Attack Spiral 1

Notice Date
8/11/2006
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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-W294
 
Response Due
9/11/2006
 
Archive Date
11/10/2006
 
Small Business Set-Aside
N/A
 
Description
Prophet Block II Electronic Attack Spiral 1 Description: Product Manager Prophet, Fort Monmouth, New Jersey, is seeking sources for low-rate initial production (LRIP) with options for full rate production of the Prophet Block II EA Spiral 1 (herein referred to as EA S1), the Armys tactical ground Signals Intelligence (SIGINT) Electronic Attack (EA) system. System Description: Prophet is the principal ground-based brigade tactical SIGINT/EW (Electronic Warfare) system. Prophet EA S1 is mounted on an M1102 High Mobility Trailer (HMT) from Silver Eagle Manufacturing. These EA trailers will provide the capability to meet the Prophe t EA S1 Capabilities Production Document (CPD) requirements with growth to support expanded capabilities in regard to jamming versatility as defined by the Prophet Block II EA Spiral 2 CPD. Requirements include stand-off jamming using a quick erect, direct ional, high-gain antenna(s) in a stationary configuration and on-the-move (OTM) jamming with an omni-directional antenna(s). Minimum power amplifier output may vary from approximately 200 Watts for the VHF band to approximately 50 Watts into the UHF band. The trailer-mounted EA S1 system will be self-contained with its own power generator and controls, and be able to be controlled from the trailer location or in short-distance remoted operations. It will also support OTM operation when towed behind the Prop het ES Spiral 1 HMMWV vehicle. Prophet EA is modular and can be tailored to perform special missions by the Technology Insertion (TI) of Special Purpose EA (SPEA). The purpose of this Market Survey is to identify sources for LRIP of Prophet EA S1 that are capable of meeting the Governments requirement for a complete, mature trailer-mounted EA system with little or no non-recurring engineering. The Government will fu rnish as GFE the M1102 trailer. The current Prophet EA S1 contractor is General-Dynamics C4 Systems, Scottsdale, AZ 85252-1417, Cage Code 1VPW8. Performance must be equivalent to the current Block II EA S1 with potential for growth to enhanced capability. For specific SECRET requirements contact James Iverson or Mark Conrad below. Scope of Effort for which Information is Requested. The Governments Low-Rate Initial Production (LRIP) authorization for Prophet EA S1 is for up to a quantity of twenty-two (22). The Government anticipates awarding a Firm Fixed Price Contract by 3QFY07 and will require four (4) systems to be ready for part icipation in an Initial Operational Test & Evaluation (IOT&E) planned for July 2008. This necessitates that these four systems be delivered NLT 60 days prior to IOT&E and that contractor First Article testing/developmental testing (in cooperation with Ar my ATEC Developmental Test Command) be completed prior to this date to satisfy entry requirements for the IOT&E. A complete logistics/supportability package including technical manuals and training products for both operator and maintainers must complete v erification and Government validation NLT 90 days prior to IOT&E. The anticipated contract will include requirements for delivery of complete supportability and logistical products such as Technical Manuals, maintenance concepts and demonstration, test plans, calibration plans, etc. Note: this announcement is only a Mark et Survey and prospective offerors are not required to provide detailed plans for supportability and logistics at this time, but respondents should describe their ability to do so within the time allotted. Requested Response. Interested organizations may identify their interest and capability to respond to the requirement. Suppliers capable of furnishing these units must do so in writing. The response should be a short introductory description of a viable approach meeting the a bove needs. There should be a technical description of the proposed subsystem/technologies to include configuration and capabilities and how this will meet the anticipated requirement. Addi tional documentation such as test results (contractor testing/developmental testing/operational testing), product descriptions, previous performance, should be appended. Provide an assessment of the Technology Readiness Level (TRL) of the proposed system a nd components. The Government requests identification of a location where Project Manager Prophet representatives could witness a demonstration of the system. Identification of existing customers for these products is desired. Submit one (1) set paper copy and one (1) electronic copy (on CD-ROM) of the initial submission to the following: Commander, US Army Communications Electronics Life Cycle Management Command Acquisition Center ATTN: AMSEL-AC-CC-RT-V (ATTN: Cynthia Geiss) Building 1208 West Fort Monmouth, NJ 07703 Submit one (1) set paper copy and one (1) electronic copy (on CD-ROM) to the following: Project Director Signals Warfare Product Manager Prophet ATTN: -SFAE-IEWS-SG (ATTN: James, Iverson, Mark Conrad) Building 288, Sherrill Ave. Ft. Monmouth, NJ 07703-5000 This market survey is not a request for competitive proposals. Capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses to this RFI will be evaluated fo r their technical and schedule viability. The determination of procurement strategy, based upon responses to this market survey, is solely within the discretion of the Government. All sources may submit a response, which will be considered by the Governmen t. This market survey is for information and planning purposes only, does not constitute 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 t o this market survey. Sources responding to this market survey should indicate whether or not they are a small business. For more information the POCs are is: James Iverson (732) 427-1963 or Mark Conrad (732) 427-1959, PM Prophet Office, SFAE-IEW&S-SG. It is requested that responses or requests be submitted by 28 August 2006. E-mail address: mark.conrad@us.army.mil. CITE: https://abop.monmouth.army.mil/marksur.nsf/abdff2c30f3fb78c85256872006ec78b/2bd56cf371b17edf852571be0055a90e?OpenDocument
 
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
 
Record
SN01113072-W 20060813/060811221543 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.