SOURCES SOUGHT
58 -- AN/PSC-5D SINGLE CHANNEL UHF TACTICAL SATELLITE (TACSAT) RADIO SYSTEM AND SUPPORT SERVICES
- Notice Date
- 2/9/2007
- 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-RK220
- Response Due
- 2/23/2007
- Archive Date
- 4/24/2007
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR SOURCES SOUGHT NOTICE: This is not a solicitation. This is only a Sources Sought Announcement and will not bind the contractor or the Government in any way or at any time into a contract with any of the specified terms below. The Governm ent is seeking a source that can provide a single solution for the required hardware and services described herein. Individual component vendors will not be considered. The U.S. Army is conducting this market survey, seeking to identify vendors that are ca pable of providing the AN/PSC-5D Radio System as defined in the table below. The current source for this TACSAT Radio System is Raytheon Company, CAGE 37695; under C-E LCMC contract W15P7T-06-C-K211. The radio system is comprised of three configurations ( 1) manpack, (2) SATCOM-On-The-Move (SOTM) and (3) Transit Case enclosed components. The AN/PSC-5D radio is a multimode multi-band radio, it is featured with VHF/UHF communications capability operating LOS, SATCOM/DAMA, SINCGARS, HAVEQUICK, MARITIME Modes, supports data rates up to and including 76.8kbps, embeds Type I COMSEC, supports Narrowband voice with LPC-10 and MELP and supports wideband voice in the VINSON mode at 16kbps, provides frequency coverage from 30 to 512MHz, provides an TCP/IP interface, em beds an Automatic Data Controller (ADC) and supports the SAT TADIL J Interface using the embedded KG-84 COMSEC. The radio is JITC certified to the level of Mil-Std-188-181B, 182A, 183. Potential sources must already possess, or be capable of obtaining a COMSEC account from the National Security Agency (NSA). In addition to providing the hardware described in the table below, the vendor will be required to provide services to support thi s equipment. The services include:(1) Planner Training Class intended for senior leadership, frequency managers, and network planners, (2) Operator training class, (3) Installation services to install the SOTM hardware into various military vehicles such a s M1026, M1114, M1068, C2Vs, Bradleys, Troop Carriers, etc. The vendor will be responsible to provide all the necessary hardware to facilitate the installation, and (4) Repair services will be required for all hardware provided or for hardware currently f ielded as defined in the table. Training and Installation services will require the vendors to travel within CONUS and/or OCONUS locations. The vendors trainer/installer personnel must have at least a Secret level security clearance. It is anticipated th at a solicitation for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) type contract will follow. Quantities may vary due to demand and available funding. The Item and NSN/PN are as follows: AN/PSC-5D (Consisting of the following components) 582 1-01-477-6237; RT-1672D(C)/U 726639-801; Battery Box Assembly 724428-801; Handset H-250/U; VHF/UHF Flex Antenna 366227-1; VHF Lowband Flex Antenna 366223-1; Remote Data User Cable Assembly - 5' 423204-801; Technical Manual, Operation MX-64-352; Technical M anual, Operator MX-64-356; V-mail & Remote Control Software 473633-3; Accessory Bag 336997-1; Tripod Medium Gain Antenna AV-2040-2; Transit Case Configuration (Consisting of the following components / subassemblies) 902840-801; Transit Case MRC-195-18-09; IPAC Power Supply MRC-99-01; AC/DC (115/230 VAC) Power Supply MRC-74; Amplified Speaker MRC-67A; Tripod High Gain Antenna AV 2011; 30 - 512 MHz, 75 Watt Amp w/LNA RAMP-75; Required Cables and mounting hardware;[SOTM Configuration (Consisting of the following components / subassemblies) 902841-801]; IPAC Power Supply MRC-99-01; Amplified Speaker MRC-67A; Antenna Mount RMT-25; Antenna - X-wing AV 2090-4; 30 - 512 MHz, 75 Watt Amp w/LNA RAMP-75; Power Distribution Assembly MIK1-1012; Required Cables and mounting hardware; CONTACT INFORMATION Interested sources should furnish the following information in the format provided below: 1. Name and address of company 2. Point of Contact(Name, address, ph one number and e-mail) 3. Identif y past and current products your company offers which most closely match the capabilities specified above (include electronic copies of product brochures, price list and specification sheets where possible) 4. Address your companys capability to act as a single provider for all hardware and services defined herein. DISCLAIMER This Sources Sought (SS) Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. The purp ose of this SS is to identify potential sources that are capable of providing a single solution for the required hardware and services described herein. Individual component vendors will not be considered. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted or for Governmental use of such information. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the Governments evalua tion of the information received. SUBMISSION OF INFORMATION Please furnish the above requested information no later than 23 February 2007 via electronic mail TO Paul.Hancik@us.army.mil with a COPY FURNISHED TO Donna.McCallum@us.army.mil. No telephone in quiries or requests will be honored. Note: Files greater than 5MB will not transmit through the Fort Monmouth firewall. Therefore, any file greater than 5MB must be submitted by CD-ROM or DVD-ROM media to: Department of the Army PEO C3T, PM TRCS BLDG. 455S; SFAE-C3T-TRC-WCSD (Hancik); FORT MONMOUTH, NJ 07703-5509
- Place of Performance
- Address: Department of the Army, PEO C3T, PM TRCS ATTN: SFAE-C3T-TRC-WCSD (Hancik), Building 455S Fort Monmouth NJ
- Zip Code: 07703-5509
- Country: US
- Zip Code: 07703-5509
- Record
- SN01229563-W 20070211/070209220953 (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 |