Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2018 FBO #6018
SOURCES SOUGHT

58 -- Air Defense Interrogator Upgrade

Notice Date
5/14/2018
 
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 - APG (W56JSR) Division E, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56JSR-ADI
 
Point of Contact
Monica D. Holmes, Phone: 4438614891
 
E-Mail Address
monica.d.holmes2.civ@mail.mil
(monica.d.holmes2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army is searching for sources of supply to implement additional capability in the current fielded AN/TPX-57(V)1 and AN/TPX-57(V)2 Air Defense Interrogators. The source must also have the capability to update all of the AN/TPX-57(V)1 and AN/TPX-57(V)2 documentation to reflect the added capabilities. These capabilities include M-Code Global Positioning System (GPS), Coordinated Universal Time, Passive Reception, as well as software/firmware (SW/FW) updates (e.g., Change Request (CR) resolution), and obsolescence related upgrades. The ADI is part of the international military Identification Friend or Foe (IFF) system. Raytheon is the original developer and is currently in production of the AN/TPX-57(V)1 and AN/TPX-57(V)2. The Army does not possess a competitive data package for these items. The upgrade to the AN/TPX-57s will include all current modes 1, 2, 3/A, C, 4, 5 (all formats), add Mode S (all formats) to include Automatic Dependent Surveillance - Broadcast (ADS-B) and reception of Universal Access Transceiver (UAT). It should be responsive to current host system interrogation request/schemes while enforcing Air Traffic Control Radar Beacon System (ATCRBS), Identification Friend or Foe (IFF), Mark XII/Mark XIIA/Mark XIIB Systems (AIMS) requirements. Interrogator side-lobe suppression is required and the design must accommodate Sentinel (200W) and Patriot (1300W) transmitter power levels while retaining commonality with current Sentinel and Patriot antennas. The solution will include integration of Ground Based GPS Receiver Applications Module (GB-GRAM-M) receiver on the GPS carrier card (M-Code capable). The upgrade should address obsolescence issue in the current AN/TPX-57 systems. The contractor should have the capability to develop, build, integrate, test, and qualify the ADIs to meet the latest AIMS requirements. The contractor must submit a capabilities statement to the government on how they will upgrade the currently fielded AN/TPX-57(V)1 and AN/TPX-57(V)2 Air Defense Interrogators. The government does not possess a Level III Technical Data Package for any of the items. Information should also include: • Company size o Number of employees o Number of employees with SECRET clearance available • Past experience with the AN/TPX-57(V)1, AN/TPX-57(V)2, AN/TPX-58, AN/TPX-59, and ADI KIV-77 Crypto Applique o Explain how your company performed this type of effort of similar type in size and complexity o Provide examples of recent contracts/task orders in the last 3 years  As a Prime-Contractor  As a Sub-Contractor • Portioning of work o Does your firm possess the ability to perform 50% of the work • In-house capability versus outside resources (i.e. subcontractors/teaming arrangements) • Accounting system: Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? • Facility Security Classification currently held. • Information storage: Does your facility have the ability to store/transmit SECRET information? If yes, provide a copy of your DSS Facility Site Clearance document(s). The contractor will be required to have a SECRET Facility Clearance with SECRET safeguarding requirements. The contractor will require access to SECRET information, COMSEC information, NATO information, Foreign Government Information (FGI) and For Official Use Only (FOUO) information. Interested parties who are capable of supplying these items should submit brief, not to exceed 10 pages, unclassified response no later 20 days after posting. Please submit response to: usarmy.apg.rdecom-cerdec.mbx.i2wd-adi@mail.mil. Unclassified submission only. Submission of proprietary and other sensitive information should be marked and identified with disposition instructions. Submitted material will not be returned. The government will review the submitted responses and may schedule further discussions with responding vendors. If needed, responders will be contacted individually. Questions regarding this Request for information can be directed to the email address: usarmy.apg.rdecom-cerdec.mbx.i2wd-adi@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/03e5b903fda543ae1b9f24952f92bbeb)
 
Place of Performance
Address: At Contractor Facility, United States
 
Record
SN04921388-W 20180516/180514230731-03e5b903fda543ae1b9f24952f92bbeb (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.