SOLICITATION NOTICE
59 -- Tactical switching equipment, ancillary equipment and spares
- Notice Date
- 2/6/2008
- Notice Type
- Solicitation Notice
- NAICS
- 334290
— Other 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-08-R-K634
- Response Due
- 3/24/2008
- Archive Date
- 5/23/2008
- Point of Contact
- Ellen H Widelitz, 732-532-6772
- E-Mail Address
-
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(ellen.widelitz@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army, CECOM Life Cycle Management Command (C-E-LCMC), proposes to acquire tactical switching equipment, ancillary equipment, and spares. The proposed non-development item (NDI) switching equipment include Compact Digital Switch (CDS), Switch Multiplexer Unit (SMU), Line Termination Unit (LTU), Single Row Nest (SRN), and ancillary equipment and spares. The ancillary equipment and spares include such items as unique spares kits, modification kits, external interface circuit cards, cables and spa re piece parts. The proposed action will be a five-year, Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type contract. Additionally, a one (1) year option will be included in the proposed contract which, if exercised will enable t he Government to issue Delivery Orders (DOs) for an additional year. A total of approximately one hundred twenty (120) contract line items are anticipated for this new contract. Sole source award to General Dynamics C4 Systems, (GDC4S), Taunton, MA is in tended pursuant to 10 U.S.C. 2304 and Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source. GDC4S is the developer and the sole manufacturer of the aforementioned tactical switching equipment. The NDIs to be acquired are either propr ietary to GDC4S or contain GDC4S proprietary equipment, proponents or firmware. The Government does not possess the technical data for a competitive acquisition of this equipment. Equipment acquired from any other source would have to undergo joint intero perability certification and/or intra-Army interoperability certification prior to fielding. Any delay in acquiring the required tactical switching equipment would negatively impact mission capabilities. Additionally, the tactical switching equipment must be fully interoperable with other existing tactical communications hardware and software. All responsible sources may submit a proposal, which shall be considered by the agency. Delivery under the first Delivery Order shall be within 180 days after c ontract award. The Request for Proposal (RFP) for this effort will be posted on the IBOP on or about 22 February 2008. The IBOP is accessible at https://abop.monmouth.army.mil. Please contact the Contract Specialist, Ms. Ellen Widelitz, at (732) 532-6772 or e-mail ellen.widelitz@us.army.mil. The submission of this information is for planning 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. See numbered note 22.
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - W15P7T, ATTN: AMSEL-AC-CB-RT-L, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN01501918-W 20080208/080206232413 (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 |