Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2011 FBO #3345
SOURCES SOUGHT

A -- This is a Request for Information (RFI) synopsis. This RFI is for planning purpose only. This is NOT a request for Quotations or Proposals.

Notice Date
1/19/2011
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-11-R-H247
 
Response Due
2/3/2011
 
Archive Date
4/4/2011
 
Point of Contact
Marjorie Roberts, 443-861-4612
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(marjorie.roberts@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information For Vigilant Pursuit Questions may be directed to Michael Gruen at michael.gruen@us.army.mil. This is a Request for Information (RFI) synopsis. This RFI is for planning purpose only. This is NOT a request for Quotations or Proposals. No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not pay for any response expenses. Interested parties are responsible for adequately marking classified, proprietary or competition sensitive information contained in their response. The U.S. Army Communications-Electronic Research, Development and Engineering Center (CERDEC), Intelligence and Information Warfare Directorate (I2WD) is conducting this RFI to determine the potential capability and sources for the design, fabrication, test and delivery of Vigilant Pursuit systems in a very short time period (approximately 6 months or less). A Vigilant Pursuit system consists of two Government Furnished Mine Resistant Anti Personnel All Terrain Vehicles (MATV). One vehicle is designated the Signals Intelligence (SIGINT) Tactical Pursuit Vehicle and the second is designated the Human Intelligence (HUMINT) Tactical Pursuit Vehicle. The vehicles will be issued to Multi-Functional Teams. The SIGINT vehicle must have the following types of capabilities. Cooperative and collaborative operations with the HUMINT vehicle. Secure communications for reporting, situational awareness, and off-board analysis with three enterprise domains (SIPR, NIPR, and NSAnet) such as R3G node, VSAT, AN/PRC-117 and COMSEC equipment. Collection and location of legacy and modern communications. Netted geo-location linked to the HUMINT vehicle. Connectivity to the DCGS-A enterprise. Manpack operations including STG, survey and collection operations. CREW system. On board computing and storage. The HUMINT vehicle must have the following types of capabilities. Cooperative and collaborative operations with the SIGINT vehicle. Secure communications for reporting, situational awareness, and off-board analysis with two enterprise domains (SIPR and NIPRnet) such as R3G node, VSAT, AN/PRC-117 and COMSEC equipment. Netted geo-location source linked to the SIGINT vehicle. CI and DOMEX reporting. DOCEX and CELLEX. Biometrics, CHARCS, HIIDE apabilities Sense Through the Wall system. 360 Camera. Manpack operations with HUMINT systems. CREW system. On board computing and storage. Potential sources must meet the following requirements. Be able to deliver of eleven (11) systems in six (6) months or less (target delivery of all systems by August 2011). Have the ability to design, build, test and obtain test and operational certifications (i.e. obtain an Authority To Operate) for Top Secret/Sensitive Compartmented Information (TS/SCI) systems and multi-level security systems. A Sensitive Compartment Information Faculty (SCIF) is required to perform duties under this contract. Ability to communicate securely with the Government is desired (i.e. SIPR, JWICS, secure fax). Deploy contractor provided Field Service Representatives to an active combat area to support the operation and maintenance of the systems and to provide training to Soldiers of various military specialties on the basis of 1 or 2 representatives per system (dependent on the representatives skills in HUMINT and SIGINT equipment operation and procedures). Provide system level operation and maintenance training in the Continental United States before a unit deploys overseas. Subsystem training may be required if it not available through other Government sources. Deliver a system specification, system drawings, factory acceptance test plans, procedures and reports, users guide/technical manual, training program of instruction, lesson plans, and training material. Conduct acceptance testing and support Government testing of the system so that it can be deployed including accreditation, operational, performance, safety and transportability testing. Responses are to include the following: Name of corporate point of contact, telephone number, full mailing address, and e-mail address. Corporate competencies and past performance experience with regard to the development and production of similar military systems on a quick reaction capability basis. Specifically in SIGINT,HUMINT and communications systems and their integration into larger systems in armored vehicles. Whether your company's interest in the program is as a system developer prime contractor, a subcontractor, or a vendor of components or services. Responses must have classified and proprietary information properly marked. Responses may include a Rough Order of Magnitude (ROM) cost estimate. Responses should be submitted within 15 days of the publication of this RFI. Submissions are requested to be 15 pages or less. Companies may submit their unclassified responses electronically to michael.gruen@us.army.mil and e-mail file size shall not exceed 5 Mbs. Unclassified responses may also be sent to Director, US Army Communications-Electronics Research and Development Center, Intelligence and Information Warfare Directorate, ATTN: RDER-IWG-AS, Building 600, Fort Monmouth, New Jersey 07703. Electronic Information is requested in PDF or Microsoft Office formats. Classified information will only be accepted by mail sent in accordance with applicable security regulations. It must be mailed to Director, US Army Communications-Electronics Research and Development Center, Intelligence and Information Warfare Directorate, ATTN: RDER-IWO (Security), Building 600, Fort Monmouth, New Jersey 07703. The inner wrapping shall be addressed to ATTN: RDER-IWG-AS (Gruen) Questions may be directed to Michael Gruen at michael.gruen@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c3f4eb4047bcd200902f5a97518b417e)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02362473-W 20110121/110119234135-c3f4eb4047bcd200902f5a97518b417e (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.