Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2007 FBO #2007
SOURCES SOUGHT

D -- Market Survey for Continued Production of the Computers for the Force Twenty-One Battle Command Brigade and Below (FBCB2) System

Notice Date
5/24/2007
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer 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-07-R-J410
 
Response Due
6/13/2007
 
Archive Date
8/12/2007
 
Small Business Set-Aside
N/A
 
Description
The Government requires additional quantities of the FBCB2 computer systems, expanding the Full Rate Production phase of the Computer Systems, as a part of the Force Twenty-One, Battle Command, Brigade and Below (FBCB2) System. In June 2006, the Gove rnment awarded a six year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the production of up to 45,000 computer systems. Based upon the current rate of systems being required by the Government the contracts ordering ceiling is anticipated to be reached by the end of calendar year 2007. The proposed action is to increase the contract ordering ceiling by 60,000 systems. There is no anticipated change to the existing period of performance (POP). The estimated dollar value increase for this actio n is $480M. This action has a projected award date of 1QFY08. The current producer of FBCB2 Computers Systems is DRS Tactical Systems, located in Melbourne, Florida. This action is planned as a modification to the existing IDIQ contract, spanning the years 2008-2011. The contract type is Firm Fixed Price (FFP) for ha rdware, with Time & Material type contract for support services and tasks. Cost reporting is required on this effort. Under the existing contract, the contractor is delivering computer systems and the related hardware support services for fielded and futur e production, such as acceptance testing, software loading, retrofit of systems delivered on previous contract efforts and maintenance of these systems. These systems are in support of Operation Iraqi Freedom (OIF), Operation Enduring Freedom (OEF), contin uing support of RESET Requirements, the modularization of the Army, and to meet field requirements of the Mine Resistant Armor Protection (MRAP) vehicles. The Appliqu? computer is a ruggedized computer system with a defined form factor that must meet stringent space claims. The system consists of a Processor Unit, a Display unit, a removeable Hard Disk Drive and detachable Keyboard unit. The Processor requir es a minimum of a 1.2 Ghz processor, a minimum of 1 GB of RAM, minimum 40GB removeable Hard Drive (rotating or solid state) and a full complement of I/O ports and interfaces. The removeable Hard Disk Drive must be no larger than 32 mm thickness, 5.8 x 8.2  x 1.3, Device Bay 32 Physical Format to accept rotating media & solid state media, EIDE interface and be interoperable with the numerous fielded systems. The display unit is a minimum 4096 color LCD with a minimum 800 x 600 pixel resolution. The display has an internal touch screen capability, and is fully sunlight readable in bright sunshine, with brightness level that is gradually adjustable from full brightness to total blackout conditions for night time operations. The Keyboard unit uses a standard 8 4 key QWERTY layout, which is hot pluggable into the Display unit. It also incorporates backlight of keys, which provides the user a range of brightness adjustments and full blackout capabilities. The FBCB2 computer description includes the future Engineer ing Change Proposal versions such as the Military Ruggedized Tablet (MRT), the Mounted Replacement Computer (MRC) and the Enhanced Display Unit (EDU) as parts of the Family of FBCB2 computer systems. The manufacturer is required to provide a turn key compu ter system capable of running Solaris X.86 Version 8, Red Hat Workstation 3, and Microsoft XP operating systems. The computer system with the subject operating systems performs as a fully integrated, operating system to include all hardware, software, and firmware components, and includes all OEM licenses. The computer systems operate FBCB2 Version 3.5 and FBCB2 Versions 6.4 & 6.5 application software on Solaris 8 and LINUX operating system respectively. The Government does not provide device drivers for ma nufacturers hardware. A detailed description of the computer as an attachment is located on the IBOP website https://abop.monmouth.army.mil entitled: V4 Performance Specification FBC B2-V4-0001, V3.1b dated 2 Oct 2003. The Government POCs are Mr. Dominic Satili, 732-427-2817 and Mr. Joseph Hill, 732- 427-2862. Computer Manufacturers must demonstrate the ability to produce computer hardware that is compatible with the space claims described in the specification which operates within the existing fielded installation kits, that operates with the fielded computer s ystems, and demonstrate their ability to perform the support services required to support hardware production and delivery. Manufacturers must demonstrate a production capacity of delivery of up to 600 systems per week or more, and the ability to begin the se deliveries within four months of an order. The manufacturer must demonstrate completion of a first article qualification test to include proof of NBC compliance, complete reliability testing, using the Government performance specification, and provide s upporting test data of completed test results in order to be considered for this procurement. Respondents should specifically address their capability to provide all the above as part of their response, due 13 June 2007, to include completed test data, abi lity to perform cost reporting, production capacity and support services. Responses should be mailed to U.S. Army, CECOM Acquisition Center, AMSEL-AC-CA-RT-B(MAT), Fort Monmouth, NJ 07703-5008 or emailed to Alex.Matejka@us.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
 
Record
SN01302678-W 20070526/070524221410 (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.