Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2012 FBO #4015
SOURCES SOUGHT

70 -- Joint Command and Control System

Notice Date
11/19/2012
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACC-APG - TAO, ATTN: SFAE-PS-TAO-C, 1671 Nelson Street, Fort Detrick, MD 21702-5044
 
ZIP Code
21702-5044
 
Solicitation Number
W904TE-13-1103
 
Response Due
12/28/2012
 
Archive Date
1/18/2013
 
Point of Contact
Herbert M Payne, 301-619-1765
 
E-Mail Address
ACC-APG - TAO
(herbert.m.payne@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) Joint Command and Control System (JC2S) The U.S. Army PEO-EIS Technology Applications Office is requesting information from responsible sources and commercial agencies to address possible near-term development and acquisition initiatives that will deliver a Joint Command and Control System (JC2S). The JC2S serves as the command and control system used in an enroute configuration primarily, but is designed as a scalable and portable target area airborne and ground based system. The Joint Command and Control System (JC2S) will be certified airworthy for operational use onboard C-17, C-130 and C-5 aircraft. The JC2S will consist of a communications shelter and executive seating providing a comfortable workstation environment for six (6) users while in flight. The JC2S also must provide wireless/wired connectivity to twelve (12) users that will be seated at various locations within the aircraft. The JC2S will consist of three (3) subsystems: Shelter: The communications shelter will be an ISU-90/ISU-72 like shelter capable to be floor loaded onto standard aircraft pallet systems. The shelter will be the central point for all communications and power distribution. There will be seating internal of shelter to support two (2) console operators while inflight. Shelter will have independent cooling for equipment and operators. Equipment will be mounted in 19 quote mark rack configurations and have easy access while in operation. Shelter will provide video displays that can be viewed by users seated in various locations within aircraft. Communications will include multi-band radios, two (2) independent networks throughout aircraft and VTC operation with the ability to be viewed on all displays. Executive Seating: The executive seating will provide six (6) users access to all communications subsystems and networks the shelter provides. User positions will have access to monitors, laptop and tablet computers required in support of their mission. The executive seating must provide a comfortable environment with seating and lighting for the many hours of flight time that could be required. Extended User Access Points: There will be two (2) extended node positions which provide six (6) users wireless connectivity from the shelter for each Access Point. The network will be wireless from shelter to left and right sides of aircraft and then wired from these locations to user. Companies having capabilities relevant to JC2S are requested to provide information on systems and subsystems that could potentially support the JC2S solution. Specific information should include: (1) short description of the capability; (2) block diagram of components; (3) size and weight (4) status of capability, i.e., in development, operational; (5) technology readiness level (TRL) using the definitions in the July 2009 DoD Technology Readiness Assessment Handbook (https://acc.dau.mil/adl/en-us/18545/file/59526/tra%20guild%20osd%20may%202011), with rationale; (6) source of capability; (7) current military and/or commercial users; (8) availability (when deliveries are projected); (9) identification of proprietary components, interfaces, and manufacturing techniques; and (10) risks to implementation. The Capability package must be clear, concise, complete and shall include (in addition to the technical aspects above), at a minimum; 1) Identify their organization's name, address, telephone number, and point of contact (also with title, phone, fax, and email) on packaging and title pages (The organization name should appear clearly on every page of your submittal and proprietary information must also be clearly marked.); 2) Organization Size/ownership of business, i.e. large, small, small disadvantaged, 8(a), Disabled-Veteran, Veteran, Women-owned Business, and Hub-zone; 3) Number of years in business; 4) Cage Code, DUNS# and Tax ID# (TIN#); 5) Company profile: number of employees, annual sales history, locations and if CCR registered.; 6) Identify if you are a GSA Schedule holders; 7) Affiliate contractor (if potential sub) or subcontractors (if potential prime); 8) Experience and familiarity with providing the requested equipment; and 9) Contract references in the past five (5) years relevant to the requirement to include: contract number, agency supported, whether or not you were the prime or subcontractor, period of performance, original contract value, final or current contract value, technical monitor and phone/fax number, POC with current phone/fax number, and a brief description of the effort. In addition, all responses should be unclassified and marked appropriately to ensure consideration of operational sensitivities (e.g., STINFO). The information received WILL NOT obligate the Government in any manner nor will the Government reimburse companies for any costs associated with submittal of this RFI. This RFI does not constitute an Invitation for Bid or a Request for Proposals, nor should it be considered as a commitment on the part of the Government. Any information obtained as a result of this RFI is intended to be used by the Government on a non-attribution basis for JC2S program planning and acquisition strategy development. By submitting information in response to this RFI, respondents consent to the release and dissemination of submitted information to any Government or non-Government entity to which PEO-EIS TAO releases and/or disseminates the information for review. As such, to the extent that any information submitted in response to this RFI is marked as, or construed to be proprietary or business-sensitive, respondents are hereby notified (a) about the potential that such information may be disclosed to third parties and (b) that submission of information in response to this RFI constitutes consent to such handling and disclosure of submitted information. NO phone calls and/or request for a Solicitation will be accepted or acknowledged. Company Brochures are NOT desired. The North American Industries Classification System (NAICS) code for this project is 334220. The Government requests responses to this RFI submitted NO LATER THAN 28 December 2012. Please limit responses to no more than 15 pages, single spaced. Marketing material are not a sufficient response to the RFI. The responses should be in Adobe Acrobat Portable Document Format (PDF) or compatible with Microsoft Office 2007. Please submit your responses via email to: Herbert.m.payne.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/06e9f6b359c0938ee0ed504e19378a72)
 
Place of Performance
Address: ACC-APG - TAO ATTN: SFAE-PS-TAO-C, 1671 Nelson Street Fort Detrick MD
Zip Code: 21702-5044
 
Record
SN02934256-W 20121121/121119235031-06e9f6b359c0938ee0ed504e19378a72 (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.