SOURCES SOUGHT
58 -- Market Research: Sources Sought Notice for the Enhanced Position Location Reporting System (EPLRS) Systems Engineering and Integration Support, Logistical and Field Support and Post Deployment Software Support
- Notice Date
- 10/30/2007
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- 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
- W15P7T08RN004
- Response Due
- 11/16/2007
- Archive Date
- 1/15/2008
- Point of Contact
- Philip Weckesser, 732-532-2396
- E-Mail Address
-
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(philip.weckesser@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a market survey to locate potential sources capable of providing the Enhanced Position Location Reporting System (EPLRS) Systems Engineering and Integration Support, Logistical and Field Support and Post Deployment Software Support. The plan ned acquisition is for a new five-year Requirements type contract for engineering services, to include technical integration, logistics and post deployment software support (PDSS), for the EPLRS. The scope of this market survey is to identify a potential single source capable of performing all areas of required support to be considered responsive. The EPLRS is a tactical data radio system that is currently in production and is managed by Project Manager Tactical Radio Communications Systems (PM TRCS). The EPLRS is a common system for the Army, Navy, Air Force and Marine Corps for near real-time dat a distribution. Additionally, it provides inherent enhanced situational awareness through navigation services independent of the Global Positioning System. The contractor is expected to provide field service support and engineering services. Field service support and logistic services will be required at state side locations and at locations around the world, to include training, technical manual updates, pr oviding Field Service Representatives (FSRs), network planning and management, system software (SW) and firmware (FW) update, maintenance screeners and troubleshooters, repair and maintenance turn-in points. The engineering services include EPLRS network, systems, HW and SW support, as well as providing EPLRS changes and updates due to System of Systems evolving requirements. Additional requirements include SW and systems engineering support and materials for updating, maintaining and sustaining EPLRS SW and FW suites, configuration management of EPLRS SW/FW and associated support tools, training, FW/SW replication and upgrades and equipment retrofit. EPLRS equipment includes Enhanced PLRS User Units (EPUUs), E PLRS Test Sets (ETSs), EPLRS Network Manager (ENM), Situation Awareness Data Link (SADL), and SADL Support Equipment (SSE). EPLRS support tools include ADDSI Exerciser 2000 (AE2K), Data Reduction Suite (DRS), Virtual User Read-Out (VURO) Utility, Common O peration Picture (COP), Radio Frequency Network (RFN) Monitor and Distributed Data Integrator (DDI). Also required is testbed support for host system interface/integration, testing, Cryptographic update, problem/debug activities, as well as software/firmwa re/hardware development/modifications to support evolving Tactical Internet (TI), Joint Users and Future Combat System (FCS) requirements and interoperability with Joint Tactical Radio System (JTRS). The Government anticipates award in April 2008, for a new five-year Requirements type contract, on a Time and Material (T&M) basis. Offerors may submit their responses to this market survey as a potential source of all of the described services. The current provider of these services is Raytheon Company, 1801 W. Hughes Drive, Fullerton, CA, contract W15P7T-06-D-N018. Raytheon Company m aintains configuration management of hardware internal modules and maintains the software source code. The Government does not have detailed documentation on hardware modules or the software/firmware source code. Consequently, the Government does not hav e the detailed documentation or source code to provide to a third party. A technical data package is not available. Responses should be mailed to U.S. Army, CECOM Acquisition Center, AMSEL-AC-CB-RT-R, Fort Monmouth, NJ 07703-5008 the Contracting Officer, Mr. Alan McCarty or Philip Weckesser, Contract Specialist, Phone: (732) 532-2396 Email: philip.weckesser@us.army.mil . The Government Technical POC is Mr. Bohdan Kowaluk, EPLRS PL, 732-427-3730, Email bohdan.kowaluk@us.army.mil The suspense date for responses is COB 16 November 2007.
- 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
- SN01443200-W 20071101/071030223806 (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 |