Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2010 FBO #3029
SOURCES SOUGHT

58 -- SIGINT SYSTEM

Notice Date
3/9/2010
 
Notice Type
Sources Sought
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-I2HF-0410
 
Response Due
4/9/2010
 
Archive Date
6/8/2010
 
Point of Contact
cmocik, 732-427-7097
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(chad.mocik@us.army.mil)
 
Small Business Set-Aside
N/A
 
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 integrate and field a High Frequency (HF) Direction Finding (DF) System for a Coalition Partner Country (CPC). This project will fall under the Foreign Military Sales (FMS) program. The HF DF System shall be developed using Commercial-Off-The-Shelf (COTS) 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. III. Introduction 1.This document describes the services required by the USG for the integration and fielding of the HF Direction Finding System. Specific technical requirements will be provided upon request on a separate document. This RFI requests P&A for the assistance and services necessary to complete the integration and delivery of the requirements mentioned later in this RFI. Specific services required by the USG from the contractor are as follows: a. The contractor shall not develop any new components but rather use a COTS system with a Graphics User Interface (GUI) control mechanism for the operator. The systems shall contain standard commercial interfaces and use commercial communications and data transfer protocols. The system shall not use special or unique tools to operate or maintain. With the proposal, the contractor shall deliver technical specifications, size, weight, power, and operation/storage environmental information. Photographs displaying the front and back of all components shall be included. Description of antenna mounting requirements is required. Other specific requirements and any other pertinent information about the system will be available upon request by interested parties wishing to reply to this RFI. b. The contractor shall plan and execute an Acceptance Test to be conducted at the contractors facility in the US and witnessed by USG representatives. The Acceptance Test shall be planned to demonstrate the full set of functions of the subsystem with simulated or commercial emitters of convenience. c. The contractor shall support the USG with planning and executing a Functional Demonstration in the CPC. The contractor shall plan to send a representative to the CPC to provide engineering support during this event. The functional demonstration shall be planned to demonstrate the full set of functions of the fully integrated system in its final form using simulated or commercial emitters of convenience. The Functional Demonstration will require no more than 4 days and shall be under the control of the USG with technical support from the contractor personnel. d. The contractor shall deliver with the system 12 (twelve) paper and CD-ROM copies of all system operator and user manuals. The maintenance manuals shall provide concise information, including drawings, trouble shooting diagrams, overlays, test and alignment procedures, interconnection diagrams, and parts lists. A list of maintenance and test equipment required for equipment maintenance prescribing make, model, description, manufacturer and alternatives shall be included. These manuals shall be suitable for rapid and efficient maintenance and repair of the equipment by a competent technician. e. The RFI response from the contractor shall include a compliance matrix as indicated in section VIII of this RFI. f. Contractor shall support with adequate personnel entire project from beginning to fielding in a foreign country. IV. Requirements 1.The HF DF system shall have the following configuration: "One Central post (station) reception and DF (geo-location) and analytical and database functions; "Three side posts reception and DF functions (bearing/azimuth). Note: The contractor shall include two quotes, one quote including a fourth post and another quote without a fourth post. 2.The HF DF system should be a real-time working system providing continuous reception and direction finding of the signals of interest. 3.All devices shall adapt to AC power 230 V 10% and 50 Hz and capable of operating while connected to a European commercial power source. 4.System shall be integrated into transit cases which shall be integrated into racks. This is to allow for operation in a fixed site configuration such as a building but also allow easy transportability to a different location when needed. V. Training 1.For each delivered system above, the contractor shall provide all required operator and maintenance training. The training shall be conducted at the contractors facility. The contractor shall determine the appropriate duration and scope of the training to ensure the user can operate and maintain the HF DF system after final delivery. 2.With the training support of the full system, the contractor shall deliver a written training plan and 12 (twelve) copies of the training documents in paper copy and CD-ROM that will be left with the CPC after system fielding. The training shall be conducted for two groups of attendees (two training modules): a.Operators approximately 20 attendees b.Maintenance approximately 5 attendees. VI. Warranty The contractor shall provide in the final cost a 12-month full-coverage manufacturers warranty for all components and sub-components. VII. Spares The contractor shall deliver an initial set of spares for all its components that can support Level 1 & 2 maintenance for 1 year. VIII. Response Format and required Information 1.All responses shall be formatted according to the contractors format but shall contain at a minimum the following: a.A matrix showing compliance with each requirement. The matrix shall list all programmatic and operational requirements indicating whether or not the contractor fully meets each requirement and, if is not fully met, indicate a mitigation strategy or whether the requirement cannot be met at all. b.A cost breakout for the full set of services including the system technical support, training, warranty, spares, programmatic support, and logistical support, at least 4 trips to the USG facility for meetings, a possible 5-day coordination meeting and survey to the foreign country. The contractor shall cost out the delivery of system at its location. The USG shall accept the system at the contractors facility and ship it to its final destination overseas. c.A proposed delivery schedule with key milestones including all key meetings. 2.All responses shall address the full set of requirements. Responses that address only partial requirements shall not be considered for review by the USG. 3.The replies received may be used by the USG to do a competitive selection for a selectee from replies received. The information that will be evaluated from the RFI response is: cost, information that demonstrates that your design is feasible, easily maintainable, and easy to operate. The contractor shall also include the strengths and weaknesses of his approach. Replies need to demonstrate the contractor fully understands the overall scope of this project and that he has the necessary experience from a technical and programmatic point of view. In addition, the contractor shall submit a proposed schedule showing how the company plans to develop, complete, and deliver to the USG the complete system. 4.If the contractor submits proprietary information, it shall be marked accordingly. 5.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. 6.Responses without the above may be rejected by the USG as being non-compliant. IX. 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 and Fernando Rodriguez, (732) 532-1948, jose.f.rodriguez2@us.army.mil Initial responses are due no later than 1700 EST March 31, 2010. Because this is a time sensitive project extensions will not be granted by the USG. X. 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. Interested parties shall contact the persons indicated in paragraph IX above for additional technical requirements. XI. Place of Performance Deliverables shall be conducted in locations as indicated above. The address for the USG facility indicated above is: US Army Research Development and Engineering Command (RDECOM), Communications-Electronics Research, Development and Engineering Center (CERDEC), Intelligence and Information Warfare Directorate (I2WD), ATTN: AMSRD-CER-IW-SQ, Building 600, Fort Monmouth, NJ USA 07703
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/732784fb3e30c324296191eec0c6e36f)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02087423-W 20100311/100309235328-732784fb3e30c324296191eec0c6e36f (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.