MODIFICATION
58 -- SIGINT SYSTEM
- Notice Date
- 3/9/2010
- Notice Type
- Modification/Amendment
- Contracting Office
- CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-I2VU-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 wideband HF/VHF/UHF Signals Intelligence (SIGINT) Systems for a Coalition Partner Country (CPC). This project will fall under the Foreign Military Sales (FMS) program. The HF/VHF/UHF SIGINT System shall consist of one vehicular system and 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 a vehicular wideband HF/VHF/UHF SIGINT System. The USG shall provide as a GFE the vehicle, the power subsystem, an integrated extendible mast, all racks to house the contractor supplied SIGINT mission hardware, the internal radio frequency, power cabling, and the operator workstation furniture. The contractor shall supply the remaining components to complete the system including receivers, antennas, any dedicated cabling necessary to interconnect mission equipment components to each other and to the vehicle internal cabling, control laptops and displays, and any other necessary component. The USG will complete the integration of this system at its own facility with the contractor-supplied components and with contractor provided technical support. Specific technical requirements including technical details and photographs of the GFE vehicle 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: 2.The contractor shall not develop any new components but rather use a COTS system. The system 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. 3.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. 4.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 vehicular 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. 5.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. 6.The RFI response from the contractor shall include a compliance matrix as indicated in section VIII of this RFI. 7.Contractor shall support with adequate personnel entire project from beginning to fielding in a foreign country. IV. Requirements 1.The HF/VHF/UHF SIGINT system shall have the following configuration: "System shall be integrated into a government furnished equipment (GFE) vehicle. The vehicle shall contain 2 operator workstations and have an internal 10m-meter telescopic mast to accommodate antennas. 2.The HF/VHF/UHF SIGINT 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. V. Training 1.For the 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/VHF/UHF SIGINT 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 among replies. The information that will be evaluated from the RFI responses are: cost, information that demonstrates that the 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/c7a6bf55d0e3c1bc714d6ae04039de78)
- Place of Performance
- Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Zip Code: 07703-5008
- Record
- SN02087428-W 20100311/100309235331-c7a6bf55d0e3c1bc714d6ae04039de78 (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 |