SOLICITATION NOTICE
58 -- Prophet Controls Requst For Information
- Notice Date
- 10/31/2008
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, 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-09-R-W405
- Response Due
- 11/7/2008
- Archive Date
- 1/6/2009
- Point of Contact
- Ryan McWilliams, 732-532-0718<br />
- Small Business Set-Aside
- N/A
- Description
- PART: U.S. GOVERNMENT SUBPART: MARKET RESEARCH CLASSCOD: AProductionMARKET SURVEY OFFADD: U.S. Army CECOM, CECOM Acquisition Center, Fort Monmouth, NJ 07703-5008 SUBJECT: Production of Army Prophet Control AN/MSN-24 Data Analysis Central. DUE: 7 NOV 2008 POCs: Mr. Paul Hodowanec (732) 532-0614, SFAE-IEWS-SG-Prophet; Stefanie Applegate (732) 532-9722, SFAE-IEWS-SG-Prophet; Contracting Officer Cynthia Geiss (732) 532-5207, AMSEL-AC-CC-RT-W. DESCRIPTION: REQUEST FOR INFORMATION. Project Director, Signals Warfare, Fort Monmouth, New Jersey, is seeking sources to submit technical descriptions for the production of 22 Prophet Control AN/MSN-24 Data Analysis Centrals (herein called Prophet Control). The Prophet Control shall meet the following criteria: (1) All of Prophet Control parameters less AN/VRC-99A/B Radio Terminal and its ancillary items. Some but not all the parameters are: Electronics mounted within one armored 4-door Mll65A1 B (3) High Mobility Multi-Purpose Wheeled Vehicles (HMMWVs). Operate from vehicle power utilizing a standard 200 Amp alternator and capable of utilizing external 110/220 VAC, 50/60 Hz worldwide shore power. Computer server running software package developed by other government agencies utilized for routing signals of interest (SOI) to the appropriate organizations. Access to classified networks up to TS/SCI security level, including DOD and Government networks. Interoperable with secure DOD networks via the T- LITE satellite terminal Voice communications with AN/VRC-90A/D/F radio set. Accreditation to operate at up to the Top Secret SCI security classification level. Design to allow the removal and relocation of the Prophet Control Transit Case and laptops to a remote off-vehicle site for operation. Capable to survive the same environment an operator can be expected to survive. These conditions and environments include smoke, aerosols, fog, rain, dust, wind, snow, icing, biological, and chemical. (2) Integrated Single SIGINT Software Baseline (S3B) Software as the Human Machine Interface (HMI). This is required to minimize the training impact and the supportability and sustainment costs. The S3B software will be provided by PM Prophet. (3) Maintaining of NSANET interoperability with Protection Level 3. (4) The current Prophet Control Spiral 1 is under going modifications. The modifications are: - New M1165A1 w/B3 HMMWV - Larger server hard drives - Addition of rifle mounts Additional modifications maybe made during the production of the Prophet Controls. The first production Prophet Control shall meet all the Prophet Control criteria as identified above. Initial and Depot spares will be part of the procurement. The fielding and support of the Prophet Control will not be part of this procurement. Anticipated award date would be March 2009 timeframe. It is planned that the first fully tested production Prophet Control be delivered to the Government in October 2009 timeframe for fielding to an Army Brigade Combat Team unit. Production shall continue at a rate of between two (2) and three (3) Prophet Controls a month. Interested parties should submit product information or a white paper (classified or unclassified) no greater than twenty (20) pages in length and should include the following information: (5) A technical description of the proposed system / technologies to satisfy this requirement. (6) Information regarding users and performance of similar systems currently in use or previously fielded. For existing systems which meet these requirements, provide relevant testing data and what agency or organization oversaw testing. For systems requiring modifications to meet these requirements, provide relevant testing data and what agency or organization oversaw testing and impact of additional requirements. (7) A proposed schedule (or options of several such schedules). The schedule would address how long it would take to produce, test and deliver the production systems. (8) The maximum quantity is currently envisioned to be 22. If this is not considered an economical quantity to consider bidding on for this type system, identify the minimum quantity (not to exceed 48) that would be economical. (9) Description of prior experience with Prophet Control type systems. (10) A list of GFE desired and dates required. (11) Estimated cost for procurement to include a unit cost estimate and any possible NRE costs. All interested parties considering submission of technical information are encouraged to contact the Government Technical Point of Contact: Mr. Paul Hodowanec (732) 532-0614, e-mail: Paul.Hodowanec@us.army.mil. A Prophet Control Specification is available to potential DoD contractors who are interested in this procurement. If interested, please contact Paul Hodowanec, (732) 427-2891. Prior to receiving the Specification a Non Disclosure Agreement will need to be signed. Unclassified documentation may be mailed to: US Army PM Prophet, ATTN: SFAE-IEWS-SG-Prophet (ATTN: Stefanie Applegate), Building 288, Fort Monmouth, NJ 07703-5303. Unclassified documentation may also be sent to electronic address Stefanie.Applegate@us.army.mil, or faxed to (732) 427-1786, ATTN: Stefanie Applegate. Classified documentation may be sent to Director, USACECOM RDEC, I2WD (ATTN: AMSRED-CER-IW-OP Security Office), (ATTN: Paul Hodowanec), Fort Monmouth, NJ 07703. To be considered as part of the market research database, documentation should be received no later 7 NOV 2008. This synopsis is for information and planning purposes only, does not constitute a solicitation for bids or proposals, and is not to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this synopsis. Responding firms should indicate whether or not they are classified as a small business as defined by the Small Business Act.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7cf3704dab876db58457f481374a8f86&tab=core&_cview=1)
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
- Zip Code: 07703-5008<br />
- Zip Code: 07703-5008<br />
- Record
- SN01699449-W 20081102/081031215352-7cf3704dab876db58457f481374a8f86 (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 |