SOURCES SOUGHT
58 -- Mobile Access Node (MAN)
- Notice Date
- 2/13/2018
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-18-Mobile_Access_Node
- Archive Date
- 3/15/2018
- Point of Contact
- Erik C. Whitehill, Phone: 4073843824
- E-Mail Address
-
erik.c.whitehill.civ@mail.mil
(erik.c.whitehill.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DISCLAIMER: This Sources Sought Notice (SSN) is for Market Research purposes only and is being used as an instrument to identify potential technologies and sources that can provide the capabilities described within this notice. The information provided in this notice is subject to change and is not binding on the Government. This notice does not constitute an Invitation for Bid (IFB) or Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. The Government will use the information received to determine its acquisition strategy. Additionally, all submissions become Government property and will not be returned. No basis for a claim against the Government shall arise as a result from a response to the SSN. Description of Program Requirement: 1. Project Manager Training Devices (PM TRADE), Product Manager Combat Training and Instrumentation System (PM CTIS) is seeking to procure one each Mobile Access Node (MAN) for the National Training Center (NTC) and for the Joint Readiness Training Center (JRTC). The Government may increase the quantity of MANs up to six total. The MAN will integrate into the Range Communication System (RCS), which supports the Combat Training Centers (CTC) by providing a commercial cellular network and devices for tracking vehicles and soldiers in support of After Action Reporting (AAR) and Situational Awareness (SA) capabilities during training exercises. 2. The MAN is a subsystem of the RCS which allows the CTCs to supplement coverage in the training areas to ensure more accurate tracking of entities by transferring the signal from the RCS commercial network and repeating that signal in areas with poor or no coverage. This capability is essential in ensuring that the CTCs get the most out of the tracking and situational awareness capabilities of the RCS. This effort will require the design, development, integration, testing, documentation, and delivery of a MAN to include system level testing with RCS at JRTC located at Fort Polk, LA and National Training Center (NTC) at Fort Irwin, CA. The MAN shall include trailers with self-powered mobile nodes with environmental protection and power generation. 3. Mobile nodes shall be: a. Deployable in an operational configuration by two persons (excluding transit time) in less than 4 hours. b. Recoverable by two persons, to include logoff, power off, disassembly, and preparation for transportation, in less than 5 hours. c. Equipped with anti-collision measures visible to low flying aircraft. d. Self-contained including diesel or propane power generation. e. Capable of providing 2-hour automatic battery backup power. Engagement of the backup battery shall send an alarm to the network administrator workstation with location and time. f. Capable of storing sufficient fuel that permits continuous operation for at least 48 hours. g. Capable of performing off of 110/220 VAC-50/60 Hz commercially available power when provided at the training site. AC power connection shall be through a commercial standard connector. h. Equipped with a local alarm that signals tampering; precludes theft; and sends an alarm message to the Range Monitoring and Control Subsystem (RMCS) upon activation. 4. Trailers shall be capable of extensive off road use in rough terrain at the CTCs and be capable of being towed by High Mobility Multipurpose Wheeled Vehicles or commercial trucks, i.e., Ford 250 or Chevrolet 2600. 5. Towers shall be: a. Configured with a manual/auto-erect guyless mast that can operate in 70 mph winds at full height with equipment installed. b. Capable of reaching 110 feet measured from the ground to the pinnacle. c. Equipped with a lightning arrester system. d. Federal Aviation Administration (FAA) Advisory Circular AC 150/5345-43 compliant red L-810 obstruction lighting system for nighttime operations installed in accordance with Chapter 5 of the FAA Advisory Circular AC 70/7460-1, if towers are 50 feet or greater in height. 6. The MAN shall have already been tested and met the following MIL Standards. Test Plan MIL-STD-810G Method Description DETP 1 501.5 High Temperature Procedure I A1 Procedure II A1 Procedure I A2 Procedure II A2 EZGM-0002 2 502.5 Low Temperature Procedure I C1 Procedure II C1 Procedure I C2 Procedure II C2 Procedure I C3 Procedure II C3 EZGM-0003 3 505.5 Solar Radiation (Sunshine) Procedure I A1 Procedure II A1 Procedure II A1 EZGM-0006 4 506.5 Rain Procedure II EZGM-0007 5 507.5 Humidity Procedure I B1 Procedure II B2 Procedure III B3 EZGM-0008 6 510.5 Sand and Dust Procedure I Procedure II EZGM-0011 Test Plan TOP-01-1-011A Method Description DETP 7 2.6.12 2.6.13 2.6.17 2.6.18 2.6.19 Munson Test Area Belgium Block Imbedded Rock Course 2-Inch Washboard 2- to 4-Inch Radial Washboard 3-Inch Spaced Bump EZGM-028 8 2.1.8b 2.1.8c Perryman Off-Road Courses Perryman No. 2 Perryman No. 3 EZGM-029 7. The Period of Performance (POP) is three months. Delivery date of first unit is May 1st 2018 in support of the RCS testing at JRTC. If impracticable, provide an alternate POP delivery date, and rationale. Instructions to Responders: Responses shall be sent via email to erik.c.whitehill.civ@mail.mil no later than 14 days from February 28, 2018 and include: 1. A capability statement (limited up to 15 pages including the coversheet) that provides the following: a. A description of your company's capability in producing similar efforts consistent with requirements stated in this SSN. Provide Operational Availability and Mean Time Between Failure of items produced, if any. If so, include customer usage and operating environment conditions. b. Discuss your company's manufacturing capability to include the ability to manufacture required quantities stated in this SS. Include a schedule illustrating how long it may take your company to manufacture listed MAN quantities. c. Discuss your company's ability and familiarity with integrating a MAN into current commercial cellular systems. d. Describe your ability to perform and document Technical Data development and updates (Drawings, Operator's User Manual, System Maintenance Manual and Training Materials, Special Tools and Test Equipment list); e. Describe your ability to develop New Equipment Training (NET) products/courseware and your approach to executing NET. f. Identify data right restrictions for the system and components to include proprietary software and technical data. g. State whether your company plans to perform all the work associated with this effort or if you plan to subcontract to meet the requirements of this effort. If your company plans to subcontract to meet requirements, please describe what work your company will do and what work will be subcontracted. h. Provide a Firm-Fixed Price Rough Order of Magnitude (ROM) for the design, integration, test, manufacturing of desired quantities, transportation, installation, and training. i. Provide evidence of your capability to meet mobile nodes characteristics, tower characteristics, and MIL standards. 2. Company Name 3. Point of Contact 4. Address 5. Telephone and fax numbers 6. Email addresses 7. DUNS number 8. CAGE code 9. The anticipated NAICS code for this effort is (334220). Please describe your size status as it relates to this NAICS only. 10. If you are a Small Business, please provide any applicable socio-economic status, e.g., Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SBVOSB), and 8(a), in your response. Refer to Federal Acquisition Regulation Subparts 19.1 through 19.3 for Size Standards and Determination of Small Business Status for Small Business Programs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/42dcd23a87b8ca7d062b0e2ec36c3f47)
- Record
- SN04822039-W 20180215/180213231927-42dcd23a87b8ca7d062b0e2ec36c3f47 (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 |