Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2007 FBO #2216
SOURCES SOUGHT

58 -- Communication and Transmission Systems.

Notice Date
12/19/2007
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
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
W15P7T08RK614
 
Response Due
1/31/2008
 
Archive Date
3/31/2008
 
Point of Contact
Evonne Heyward, 732-427-1348
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(evonne.heyward@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Project Manager, Defense Communications and Army Transmission Systems (PM DCATS), Fort Monmouth, NJ, in conjunction with the U.S. Army CECOM Life Cycle Management Commands Acquisition Center is seeking information for the Communicati on and Transmission Systems (CTS) Program from experienced providers for total global requirements for state-of-the-art CTS, components, associated peripheral equipment, technology insertion, subassemblies, data, and ancillary technical sup port services for life cycle support. It is anticipated that the Government will award five-year Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MAC) with five, one-year options. Orders may be issued anytime within th e ordering period of the proposed contract on a Firm Fixed Price (FFP) and Time & Material (T&M) basis. The CTS Programs requirements include multiple system configurations including all transmission media (satellite, microwave, fiber opti cs, Over-The Horizon, radio, and wireless); turn-key communication system solutions; hardware and software; satellite broadband; communication baseband; space segment; power infrastructure; and support services. The systems may operate wor ldwide and interface with the Global Information Grid, military and/or commercial teleports, and existing systems. The satellite systems for the CTS Program shall operate on any military and/or commercial spacecraft, including Ultra High F requency through Extremely High Frequency bands. The CTS shall meet all applicable network and interoperability certifications, Information Assurance, security policies and accreditations in accordance with applicable instructions and directive s. Ancillary technical support services include system integration, systems engineering, system management, operations, maintenance, software support, program management, verification and acceptance testing, integrated logistics support, t elecommunications security, configuration management and control, system/facility installation and operation, technical field assistance, test and evaluation, modeling and simulation, information operations and assurance support, training, depo t support at a vendor facility or regional facilities for any number and type of system, and administrative support. The contractors, at their own discretion, may also be required in the performance of an individual Orders to lease systems , terminals, equipment, facilities, vehicles, communication devices and bandwidth (as appropriate). Tasks shall be performed in conjunction with newly acquired systems under the CTS Program and systems acquired under other existing Government c ontracts. Engineering and technical services in the communications functional area may be associated with all communication mediums and involve a wide number of established and developing protocols, and networking schemes including Loca l Area Networks, Wide Area Networks, Metropolitan Area Networks, providing INTERNET, Non-Secure Internet Protocol (IP) Router Network, Secret IP Router Network, Video Teleconferencing, multimedia, and other interface networking systems. The con tractors may be required to provide engineering support associated with requirements that include circuit-switched voice, circuit-switched data, and packet data. The CTS may consist of an Antenna, Radio Frequency (RF) electronics, <B R>Intermediate Frequency (IF) electronics, baseband, Communications Security, and ancillary equipment. These systems may be configured and ordered as a complete system, or as elements of a system, sub-system (RF or base band), or component. The se include: hardware; software; technology integration, insertion and system upgrades; Engineering Services and Data; Logistics Data; system and network configuration; interoperability testing; engineering; and prototyping. The acquisition of any system may also include the purchase of supporting hardware/software, data and services, to include: Hardware, Firmware and Software, Techno logy Integration, Insertion and System Upgrades, System and Network Configuration, Interoperability Testing, Engineering Services and Data, Logistics Data and documentation, and Spare/Repair Parts. The Contractor must be capable of provi ding turn-key solutions for all the CTS tasks. Specific requirements will be delineated in the individual Orders. The Contractor shall be required to deliver systems IAW the performance characteristics, interoperability, and interfaces a s specified on each awarded Order. The systems are identified below for all possible capabilities and configurations. Communications and Transmission Systems 1. Fixed Station Satellite Systems (FS3) 2. Deployed Satellite Systems < BR>3. Baseband and Ancillary Equipment 4. Microwave Radio and Free Space Optic Systems 5. Radio Intercommunications Systems (ALL LAND MOBILE RADIOS and Equipment) 6. Wireless Systems 7. Command Centers and C4I Facilities 8. Cri tical AC Power and Environmental Systems 9. Equipment Assemblies, Subassemblies, Components, Spares, Repair Parts and Facilities For additional information on CTS Systems, Ancillary Services and Equipment refer to the PWS Paragraph 3.3. For Security requirements for the CTS Acquisition, please reference paragraphs 3.1.4 and 3.1.5 of the Performance Work Statement. The North American Industry Classification System (NAICS) code for the CTS Program will be 517410; therefore, identify your companys small business size standard based on that code. The Small Business Size Standard for this NAICS code is $13.5 Million. The work to be performed requires interested large and small businesses to have a broad technical understanding of CTS that address the requirements stated above. Additionally, the contractors must be fully cognizant of the mission, functions, and relationships of PM DCATS, Department of Defense organizations, Defense Infor mation Systems Agency, Federal Aviation Administration, Federal Communications Commission, Department of Homeland Security, State Department, Joint Staff, Combatant Commands, interface and integration with joint /multinational Foreign Milit ary Sales requirements, and commercial satellite vendors/organizations. Further information concerning PM DCATS mission, functions, and relationships is available at www.eis.army.mil/dcats/. For informational purposes, an Industry Day will be scheduled in the upcoming months. Further information will be disseminated via the Interactive Business Opportunities Page (IBOP) by the Contracting Officer. The DRAFT Performance Work Statement (PWS) and CTS Questionnaire will be posted on the IBOP. The IBOP is accessible at https://abop.monmouth.army.mil. The Government will accept comments from industry. All information and comments to the Draft PWS/Questionnaire are to be submitted to the Contracting Officer, Ms. Evonne Heyward, via electronic mail to Evonne.heyward@us.army.mil and the Contracting Specialist, via electronic mail to Christine.callanan@us.army.mil. This Request for Information is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received.
 
Place of Performance
Address: US Army CECOM LCMC Acquisition Center - W15P7T ATTN: AMSEL-AC-CB-RT-L (CAL), Building 1208, 1st Floor Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01473210-W 20071221/071219225929 (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.