SOLICITATION NOTICE
58 -- Sources Sought Announcement - Mounted Soldier Cordless Communication Subsystem
- Notice Date
- 12/17/2010
- Notice Type
- Presolicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- TACOM Contracting Center (TACOM-CC), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV-MSCCS
- Response Due
- 1/13/2011
- Archive Date
- 3/14/2011
- Point of Contact
- Joseph Badalamenti, 586-282-6001
- E-Mail Address
-
TACOM Contracting Center (TACOM-CC)
(joseph.badalamenti@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION: Mounted Soldier System (MSS) links crewmembers to their platforms while mounted or dismounted. It contains three subsystems: (1.) the Mounted Soldier Cordless Communications Subsystem (MSCCS), (2.) the Mounted Soldier Display Subsystem (MSDS), and (3.) the Mounted Soldier Cooling Subsystem (MSCS). All three subsystems comprise soldier worn equipment as well as vehicle-mounted equipment. All vehicle-mounted equipment will interface with and fit footprint of platform A-Kits. As envisioned, MSS equipment will be used on 16 different Heavy Brigade Combat Team (HBCT) and 11 different Stryker Brigade Combat Team (SBCT) platform types. Separate sources sought will be released for each of the Mounted Soldier Subsystems. Sources sought cross reference numbers are as follows: W56HZV-MSCCS, W56HZV-MSDS and W56HZV-MSCS. PURPOSE: This is a Sources Sought announcement for the Mounted Soldier Cordless Communications Subsystem (MSCCS) of the Mounted Soldier System (MSS). This Market Research is for information and planning purposes only. On behalf of the Project Manager Soldier Warrior (PM-SWAR), the US Army Contracting Command, TACOM Contracting Center, is conducting market research to identify potential sources for the production and delivery of the MSCCS requirements. Any future contract action for this requirement is anticipated to be on a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) basis for up to five years. CONCEPT OF OPERATIONS: The system will be used on 16 different platforms in a Heavy Brigade Combat Team (HBCT) and on 11 different platforms in a Stryker Brigade Combat Team (SBCT). SYSTEM DESCRIPTION: The system consists of soldier-worn components and vehicle- mounted components. Under the current configuration, the MSCCS soldier components consist of: Soldier Radio with antenna and battery, Smart Adapter, or Integrated Control Module (ICM). Likewise, the current configuration of the MSCCS vehicle components consist of: Interface Box (IB) with vehicle radio, Band Pass Filter (BPF) and cable, vehicle antenna with cable, intercom cable, and A-kit mounting brackets and hardware (A-Kit is procured separately.) The current system configuration components description is provided below: Radio with antenna. The Joint Tactical Radio System Enhanced Multiband Inter/Intra Team Radio MBITR (JEM) radio (AN/PRC-148) is the wireless communications component of the Cordless Communication Subsystem. This radio provides secure communications back to the crewmembers vehicle when the crewmember is dismounted from the vehicle and while mounted in the vehicle. The JEM Radio allows untethered communications enabling crewmembers an uninterrupted access to vehicle intercom and radios while mounted or dismounted. The JEM provides audible warning tones to the mounted soldier alerting him when he has become untethered from the wired intercom (VIC-3). Radio Battery. The battery provides power for the Soldier worn JEM and the headset when untethered from the VIC-3 vehicle intercom system. Smart adapter or Integrated Control Module (ICM). A wired interconnection exists between the JEM Radio, Headset, and the Vehicle Crew Station (FFCS) whenever the Soldier is tethered. This is accomplished either via the smart adapter or the ICM. It detects when the soldier becomes disconnected from the intercom. The smart adapter provides a 7-position channel switch, a 6-position volume switch, and momentary push-to-talk (PTT) switch. When un-tethered and the headset PTT switch is in the momentary ON position, the Smart Adapter or ICM PTT will signal the JEM to transmit. It provides power from the radio battery to the headset while untethered. In addition to providing the same functions as the smart adapter, the ICM also controls the Display Subsystem (brightness, video display selection). Since the ICM also controls the Display Subsystem and the basis of issue for the Display Subsystem is in some cases different than the Mounted Soldier Cordless Communications Subsystem (MSCCS), there is a potential need for both the Smart adapter and Integrated Control Module (ICM). Interface Box (IB). The vehicle-mounted Interface Box provides access to the platform's vehicular-intercommunication system (VIC-3) through the Full Function Crew Station (FFCS). The IB integrates and interoperates with the VIC-3 to provide a secure wireless extension of the wired intercom communication capabilities. The IB provides both the mechanical and electrical support for the vehicle JEM Radio. Since the JEM radio is a Cryptographic Controlled Item (CCI), a locking mechanism is provided to inhibit unauthorized removal of the JEM Radio from the Interface Box. The IB is powered through the VIC-3 connection. The IB must be 8.3"W X 6.6"D X 3.7H in order to fit available space in the vehicle. Vehicle Radio. A JEM radio without battery is placed within the IB to provide the wireless communications. Vehicle Intercom (VIC-3) Cable. This cable provides the connection from the IB to the VIC-3 intercom system. Band Pass Filter (BPF) Cable. This cable connects the IB to the BPF. Band Pass Filter (BPF). The vehicle-mounted BPF is used to provide the signal path between the radio and the external antenna. The BFP is a device that passes frequencies within a certain range and rejects frequencies outside that range. This allows the Cordless Communication System to operate in the presence of other communications systems already installed in the vehicles and eliminates interference. Antenna Cable. This cable connects the vehicle antenna to the BPF. Antenna. The antenna installs on the outside of the vehicle and connects to the IB within the vehicle though the BPF. SYSTEM REQUIREMENTS: The proposed system shall be a proven technology with Technology Readiness Level (TRL)6 or better. Sources sought capabilities provided below are a limited subset of the total system requirements. The system shall contain the following capabilities: For its intended use, remain secure at the Secret level via the use of DoD-approved Communications Security (COMSEC) encryption devices and keying materials. The DOD-approved Communications Security (COMSEC) device must retain the key during a timed battery swap for duration of 5 minutes after the battery is removed. Operate in a designated military frequency. Voice communications among all untethered users range equal to at least 300 meters [T], 500 meters [O], from the host vehicle. Enable crewmen to have uninterrupted access to vehicle communication, and preclude inadvertent separation not to exceed 100 milliseconds delay between tethered and untethered operations. Controls: Push to talk, channel selection, volume, zeroize and power on/off. Capability to securely interface to the vehicle's intercom system Operate on 28VDC vehicle power, and rechargeable or non-rechargeable lithium ion Operate on a fully charged battery for at least 8 hours Alert/tones: when the battery life has approximately 12.5% remaining and when the wireless comms system becomes unplugged from the vehicle intercom (VIC). The soldier worn components shall not exceed 3.5 pounds The interface box must be less than or equal to: 8.3"W X 6.6"D X 3.7"H. Must be physically, optically, and functionally compatible with Army crewman carried equipment without degrading their performance to include headgear. Cable and connectors must meet MIL-STD-461F for EMI shielding and grounding standards, MIL-STD-1472F and MIL-DTL-38999. Body breakaway connectors shall fully separate with a force of 20 pounds ( 3) Soldier worn connectors shall endure at least 1000 disconnect/reconnect cycles without failure Reliability: Mean-Time-Between-Failure (MTBF) of 3200 Hours demonstrated with 90% Lower Confidence Level and Mean-Time-Between-Essential-Function-Failure (MTBEFF) of at least 1600 operational hours demonstrated with 90% Lower Confidence Level Maintainability: Mean-Time-To-Repair (MTTR) of less than 0.5 hours at Unit Maintenance Level and Maintenance Ratio (MR) of < 0.005 Maintenance Man Hours/System Operating Hours. The system uses 18.2 watts nominal power with a peak power of 28 watts (Minimum Voltage: 18Vdc, Nominal Voltage: 28Vdc, Maximum Voltage: 33Vdc, Nominal Current: 650mA, Maximum Current: 1A. Safe to use, install, store, operate, handling, maintain and transport Shall not contain Flourocarbon/polymide (Kapton), Polyvinyl Chloride (PVC) and HC Chrome. If the system contains these materials, provide a mitigation plan to eliminate its use. Shall meet MIL-STD-810F, MIL-STD 1275D and MIL-STD-464A. PROGRAM SCHEDULE: Proposed system shall meet program schedule as follows: Contract Award - 4Q FY11 Contractor Verification Test - 2Q FY12 Deliver equipment for Developmental Test (DT) and Initial Operational Test and Evaluation (IOTE)- 3Q FY12 PRODUCTION REQUIREMENTS: The anticipated Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract will be up to five years. Although the quantities may change, for purposes of this sources sought, the estimated production requirement for soldier equipment is 1,046 (minimum) to 7,474 (maximum). Estimated vehicle-mounted component production requirements range from 345 (minimum) to 2,661 (maximum). INFORMATION REQUESTED: All responding sources shall provide the information in the following format and comply with the 15-page limit: Cover Page (Company, POC, Phone Number) Provide proposed system description and indicate any limitations to meet system requirements. Provide TRL, weight, dimensions, part number and source for system components. Provide quantity of deployed systems and their current locations. Provide evidence of platform integration for at least one variant of each platform type of the Abrams, Bradley and Stryker vehicles. Full duplex is desired capability. Explain how this capability can be initially provided or inserted as a product improvement. List tests, test date, test organization and POC that supports the TRL level 6 or better of the components. Summarize test results. Describe manufacturing processes and capability to deliver system production requirements. Provide current production capacity per month, and ability to handle a surge using regular production facilities (i.e. without increasing cost due to additional production lines or shifts). Discuss the ability to have additional shifts. Identify any production limits to meet requirements. Summarize proposed system supportability efforts. Provide a top level pricing estimate (Rough Order of Magnitude) ROM for the following estimated quantities. Please provide your pricing estimate as a "unit price" for the soldier worn price and vehicle mounted price. Please also provide any assumptions that you have used to calculate these prices. Estimated Quantities COMMS Subsystem: (Min.) Yr. 1, Yr. 2 Yr. 3 Yr. 4 Yr. 5 Estimated Soldier Worn Quantities1,0461,3031,4421,6632,020 Estimated Vehicle Mounted Quantities 345 460 522 621 713 Estimated Soldier Worn Costs Estimated Vehicle Mounted Costs The Government is receptive to the identification of cost savings initiatives. Identify program and technical risks for proposed system to include schedule, price/cost, performance, test, production, delivery, installation and supportability. RFI Page Limit: 15 pages, single space, Font: Times New Roman, 12 point font size. Interested parties are encouraged to submit the information requested in electronic format (email and CD/DVD, Microsoft Office compatible format) and hard copy to: U.S. Army Contracting Command, TACOM Contracting Center, ATTN: Daniel Poehling, MS 515 6501 E. Eleven Mile Road, Warren, MI 48397-5000; EMAIL ADDRESS - (daniel.poehling@us.army.mil, joseph.badalamenti@us.army.mil and to Mario Velez, email mario.velez@us.army.mil). Please submit your responses NLT 0900 (9:00 AM) Eastern Time, 13 January 2011. Responses received after this time will not be considered. Unsolicited proposals submitted will not be considered nor reviewed. This Market Research does not constitute a Request for Proposal (RFP) and is not to be construed as a commitment by the U. S. Government. No award will be made as a result of this Market Research. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this Market Research. Respondents will not be notified of the results of this survey or results of information submitted. As part of this market research, PM-SWAR may request a presentation or demonstration to be provided at Fort Belvoir, VA. Contracting Office Address: TACOM Contracting Center (TACOM-CC), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000 Place of Performance: TACOM Contracting Center (TACOM-CC) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI 48397-5000 Point of Contact(s): Daniel C. Poehling, 586-282-2266, Joseph Badalamenti, 586-282-6001
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/213f549da936d2bbaa34b143cfef2486)
- Place of Performance
- Address: TACOM Contracting Center (TACOM-CC) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Zip Code: 48397-5000
- Record
- SN02346502-W 20101219/101217234034-213f549da936d2bbaa34b143cfef2486 (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 |