Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2009 FBO #2870
SOURCES SOUGHT

58 -- SIGINT & Broadcast System

Notice Date
10/1/2009
 
Notice Type
Sources Sought
 
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-I2DF-0909
 
Response Due
10/16/2009
 
Archive Date
12/15/2009
 
Point of Contact
cmocik, 732-427-7097
 
E-Mail Address
US Army C-E LCMC Acquisition Center - DAAB07
(chad.mocik@mi.army.mil)
 
Small Business Set-Aside
N/A
 
Description
I. Description The U.S. Army CERDEC (also known as the US Government (USG) in the rest of this document) is issuing a Request for Information (RFI) including price and availability (P&A) to deliver (4) Electronic Warfare (EW) Suites, each suite containing the following equipment. A fully functional wideband VHF/UHF Signals Intelligence (SIGINT) System, Broadband Global Area Network (BGAN) Terminal, Command, Control, Communication, Computer and Intelligence (C4I) Node Controller software and a Portable FM Broadcast System. This project will fall under the Foreign Military Sales (FMS) program. The system(s) shall be developed using Commercial Off-the-Shelf (COTS) Non-Developmental Item (NDI) hardware and software. This FMS project will be led and fully managed by the USG with assistance from one company (called the contractor from here on) that would provide all services described below. II. Introduction This document describes the capabilities required by the USG for a wideband SIGINT System, BGAN Terminal, C4I Node Controller software and a Portable FM Broadcast System. The information herein shall serve as baseline for the systems capabilities, configuration and specification. The proposed systems shall include all efforts from a single contractor for installation, system integration, system testing, system operation, maintenance, logistic support, and training in country. If the requirements described below are unachievable or a cost driver, suitable alternatives shall be proposed. This document contains general requirements. III. Requirements 1. The wideband SIGINT system required shall have the capability to detect and locate targets operating in the VHF/UHF bands. a. All components including the collection system, display, antenna, power source and receiver component shall be a stand-alone system in a hard case or similar carrying system. b. Shall be transportable, ruggedized and contain fully integrated dual receivers, battery, charging unit and control circuitry. c. Shall have the capability to display target information via a graphics user interface (GUI). d. Shall be able to operate from all three sources, main source, vehicle battery or built-in rechargeable battery. 2. The BGAN Terminal must be a portable unit. a. Shall support the following applications: Voice, Web, Email, File transfer, VPN, Live video and Video conferencing. b. Shall have the ability to select one or multiple streaming IP data rates. c. Shall consist of standard voice and data interfaces. d. Shall have 2 years of Airtime service; roughly 3,000 voice minutes or 480MB of IP data calls per year. 3. The C4I Node Controller software shall support operational node connectivity. a. Shall provide centralized command, control communications to the SIGINT systems, BGAN and FM Broadcast systems. 4. The Portable FM Broadcast system shall have the capability to transmit on FM frequencies remotely. a. Shall operate on FM 87.5-108 MHz. b. Power source for the portable Broadcast system shall include a 4KW portable diesel generator (220 volt, 50Hz). c. Shall provide a 500 watt transmitter. d. Shall provide an optional 2000 watt transmitter. 5. The contractor shall deliver to the USG at a USG facility (4) fully functional wideband VHF/UHF (SIGINT) Systems, (4) BGAN Terminals, (4) C4I Node Controller Suites and (4) Portable FM Broadcast Systems and all ancillary components. 6. The delivered systems shall contain all necessary hardware and software, cables and interface items and information to integrate, if applicable, into the desired configuration. 7. The contractor shall not develop any new components but rather use COTS components that may require minimal integration, if applicable, into the desired configuration. 8. The contractor shall plan and execute a Factory Acceptance Test (FAT) to be conducted at the contractors facility in the US and witnessed by USG representatives. The FAT shall be planned to demonstrate the full set of functions of the SIGINT systems using simulated or commercial emitters as well as demonstration of the Portable Broadcast System. 9. The contractor shall plan and execute a Site Acceptance Test (SAT) to be conducted at the contractors facility in the US and witnessed by USG representatives. The SAT shall be planned to demonstrate the full set of functions of the SIGINT System using simulated or commercial emitters as well as demonstration of the Portable FM Broadcast System. 10. The contractor shall provide Operator and Maintenance Training on the EW Suite and Broadcast System at a location in-Country approved by the USG. All Training shall be provided to the customer up to 20 persons. The duration of this training shall be determined by the contractor. 11. With the training support of the full system, the contractor shall deliver a written training plan and 5 copies of the training documents in paper copy and CD-ROM that will be left with the final user after system fielding. If you choose to submit proprietary information, mark it accordingly. Classified information will be accepted, but mark it accordingly and send it via proper channels. IV. Warranty The contractor shall provide 24-month full-coverage warranty all components commencing after the SAT. V. Spares The contractor shall deliver spares for the EW Suite which support Level 1 & 2 maintenance for a 24-month period. VI. Original Point of Contact Interested parties may submit information to Director, US Army CERDEC I2WD, ATTN: AMSRD-CER-IW-SQ, Fort Monmouth, NJ 07703-5000. Inquires may be directed to Chad Mocik, (732) 427-7097, chad.mocik@us.army.mil or Fernando Rodriguez, (732) 532-1948, jose.f.rodriguez2@us.army.mil Initial responses are requested by October 16, 2009. VII. RFI 1. This (RFI) does not constitute a commitment on the part of the USG to purchase systems or services. The USG will not pay for any information received in response to this RFI. The USG will not release any information marked with a proprietary legend received in response to this RFI, to any firms, agencies or individuals outside the U.S. Government without written permission in accordance with the legend. 2. The contractor shall deliver as a response to this RFI a proposal that includes price, delivery schedule, technical approach, any program risk information and photos or drawings of proposed system in all configurations. 3. Interested parties shall contact the persons indicated in paragraph VI above for additional technical requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAB07/W15P7T-I2DF-0909/listing.html)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN01978067-W 20091003/091001235626-8996b9112027381975a9677a22dfdc4a (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.