MODIFICATION
58 -- Handheld, Manpack, and Small Form Fit (HMS) Manpack Radios
- Notice Date
- 12/12/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-13-R-0019
- Response Due
- 12/17/2012
- Archive Date
- 2/10/2013
- Point of Contact
- Matthew J. Connolly, 4438614657
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(matthew.j.connolly1.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI) only. This RFI is a market survey for planning purposes for a potential future opportunity only. This is not a request for Quotations or Proposals. The Government will not reimburse contractors or responders to this notice for any costs incurred in responding or in any subsequent exchange of information. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of the market survey. The U.S. Government is not obligated to notify respondents of the results of this survey. All proprietary and restricted information shall be clearly marked. Any documentation provided will not be returned. All interested sources are invited to provide responses to the questionnaire. Please submit responses to the questionnaire electronically as one complete document in the questionnaire structure in a format chosen by the responder. PEO-C3T, Project Manager Tactical Radios is seeking industry comments and feedback on the attached draft Statement of Objectives (SOO), draft Performance Requirements Document (PRD), draft Statement of Work (SOW) (Performance Based Logistics (PBL) only), and questionnaire (see below) for Handheld, Manpack and Small Form Fit (HMS) Manpack (MP) Radios. The draft SOO, PRD and SOW are preliminary and the Government anticipates there will changes to these documents prior to any Request for Proposals. The Manpack Radio is to be a standalone radio to support controlled unclassified and classified real-time communications to be employed worldwide in both hostile and non-hostile environments and in a variety of terrain and hostile climatic conditions. The radio will allow Soldiers to participate in doctrinal voice and data networks via the following three (3) waveforms (W/Fs) and transmit position location information: 1. A networking waveform, the Soldier Radio Waveform (SRW) 2. A legacy waveform, the Single-Channel Ground Airborne Radio System (SINCGARS) 3. A legacy Ultra High Frequency (UHF) Satellite Communications (SATCOM) W/F, (i.e., MIL-STD-188-181B-182A-183A) Interested sources are encouraged to provide responses to the questionnaire below. The Government does not guarantee that questions received will be answered. Interested parties are invited to subscribe to the website to ensure they receive any important information updates connected with this RFI. Questionnaire: Section 1: Contact Information 1-1: Please provide the following Point of Contact Information: Company: Address: Point of Contact: Phone Number: Fax Number: Email Address: DUNS: Section 2: Products and Services 2-1: Interested sources are highly encouraged to submit detailed comments and feedback regarding the MP draft Statement of Objectives (SOO), draft Performance Requirements Document (PRD), and draft Statement of Work (SOW). These comments are critical for the Government to finalize these documents for a potential MP Full Rate Production (FRP) Solicitation. The offeror shall meet or exceed all threshold requirements in accordance with Section 3 through 11 of the PRD as indicated by quote mark (t) quote mark prior to the requirement text in order to be eligible for contract award. Objective requirements, as indicated by quote mark (o) quote mark prior to the requirement text, are desired characteristics. Please refer to Table 1 (attached to this RFI) for the Manpack Radio PRD Verification and Test Matrix. 2-2: For the requirements and services outlined in the draft SOO, draft PRD and draft SOW; and based on comments provided in response to Question #2-1, interested sources are encouraged to provide a quote mark White Paper quote mark describing how the offeror's products and technical expertise could produce and deliver the capabilities as described in the draft SOO, SOW and PRD, including a proposed schedule and timeline. This quote mark White Paper quote mark should provide the number of different products and a description of those solutions your company would be able to submit or propose to meet the MP requirements stated in the draft documents. The PM is also specifically interested in vendor feedback on the draft PRD objective requirements, since delivery orders requested under a future contract will use one of more of these objective contract requirements as threshold delivery order requirements. 2-3: Interested sources are requested to provide detailed solutions and/or answers to each of the six (6) questions listed below. Each answer shall be limited to five (5) 8 x 11 pages (no foldouts) including any graphs and/or charts: A. Reliability (i.e., Mean Time Between Essential Function Failure (MTBEFF)) is a critical requirement for the Army. The MP MTBEFF requirement is 477 hours. Please explain if your company has achieved the reliability requirements in previous equipment of similar scope and size, and used in similar environmentally challenging conditions. In addition, explain the reliability growth process your company may employ to achieve the 477 hour MTBEFF requirement and how your company would mitigate the risk of not achieving this requirement during the OT event. B. MP weight and battery life are important to the radio user. The objective weight in the PRD is specified as less than 14.6 pounds and the objective battery life is greater than 12 hours under the conditions stated in the PRD. Please explain your company's technical approach to optimize these somewhat competing requirements. C. The ability to link adjacent SRW networks for both voice and data is a requirement. Please provide a description of your company's proposed solution and how your company will mitigate the implementation risk. List the routing protocols employed and describe how they will meet the requirements for unicast and multicast data. D. Section 3.1.2 of the draft MP PRD lists additional waveforms beyond the three (3) threshold waveforms listed in the synopsis above. These are objective requirements and interested sources are encouraged to provide capabilities and specifications of the objective waveforms: 1. Mobile User Objective System (MUOS) SATCOM W/F, UHF Common Air Interface (CAI, Version 3.1) 2. Very High Frequency / Ultra High Frequency Line-of-Sight Air Traffic Control (VHF/UHF LOS (ATC)) 3. VHF Amplitude Modulation (AM) LOS (ATC) 4. VHF Frequency modulation (FM) Military Tactical 5. UHF AM/FM Phase Shift key (PSK) Military Tactical 6. HAVE QUICK II 7. UHF SATCOM Military (181C-182B-183B, 184 (Data Control)) quote mark Integrated Waveform quote mark (IW) 8. Bowman VHF 9. Wideband Networking Waveform (WNW) E. Interim Authority to Operate (IATO) or Authority to Operate (ATO) from NSA is required. Please explain your company's planned approach and timeline to obtain these authorizations from the National Security Agency (NSA). Section 3: Test and Evaluation 3-1: Offerors will be required to go through a three-step Test and Evaluation (T&E) process (i.e., RFP submission, followed by a competitive DT event, followed by a competitive OT event) to be qualified for contract award. Fully functional production representative prototypes of the radio and vehicle integration kit will need to be submitted to the Government for testing. Offerors will not be compensated for their expenses producing or delivering these systems, and the government will test the systems at the Government's expense. The Government will not accept any liability for items damaged during test, and all materials will be returned as-is following the completion of Government test. Section 4: Management 4-1: If applicable, please identify your company's small business size standard based on the applicable North American Industry Classification System (NAICS) code of 334220. The Small Business Size Standard for this NAICS code is 750 employees. For more information refer to http://www/sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 4-2: If you identify your company as a Small Business or any of the Small Business subcategories as stipulated in Question #4-1, then is your company interested in a prime contract for the HMS MP Radio? 4-3: Under the current Small Business recertification regulations, do you anticipate your company remaining a Small Business under NAICS Code 334220? If you are a Small Business, answer questions 4-3A and 4-3B. All others skip to question # 4-4. A. If your company is awarded a contract, will you be able to perform at least 50% (percent) of the work required in house? B. If you are a Small Business can you go without a payment for 90 days? 4-4: Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? Note, the questions pertaining to a MAC does not imply the Government will use this contracting approach. 4-5: If you answered quote mark yes quote mark to Question # 4-4, please provide as much of the following information as possible: A. MAC contract number(s); B. Aggregate dollar value of entire MAC contract; C. Aggregate dollar value of task orders each MAC your company is a prime contractor; D. Number of task orders on the MAC your company is a prime contractor on ; E. Is the work on each MAC similar in scope to that of the Draft SOO and PRD? 4-6: Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements in the entire SOO and PRD. Interested sources are encouraged to identify teams, indicating each team member's size status based upon the North American Industrial Classification System (NAICS) code of the work that the team member may be doing. 4-7: Is your company currently providing similar services to another government agency or other non-Government customer? If so, please identify the agency or non-Government customer. You may also include contract numbers for Government. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. Interested sources should submit the requested information, as well as any questions, no later than 1500 hrs EST on 17 December 2012 by email to matthew.j.connolly1.civ@mail.mil. When submitting responses, please reference quote mark RFI No. W15P7T-13-R-0019 Responses quote mark in the Subject Line. The Government does not guarantee that questions received will be answered. Answers to questions may be distributed to all interested bidders unless the question is identified as propriety. Telephone responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/049e118c5890a258a5d36264fd69e885)
- Record
- SN02947681-W 20121214/121212234953-049e118c5890a258a5d36264fd69e885 (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 |