|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1997 PSA#1875Electronic Systems Center, Communications and Airspace Management
Systems (ESC/TGK), 75 Vandenberg Rd, Hanscom AFB, MA 01731-2138 J -- JOINT TACTICAL INFORMATION DISTRIBUTION SYSTEM (JTIDS) CLASS 2/2H
TERMINAL REPAIR AND ENGINEERING SUPPORT POC Major Thomas E. Woolpert,
Contracting Officer, 617-377-9304; Lt. Brett Malcolm, Contract
Specialist, 617-377-9299. HQ Electronic Systems Center announces a
requirement for non-warranty repair of Joint Tactical Information
Distribution System (JTIDS) terminals and related engineering support
to include test, integration, retrofit, and upgrades for the fiscal
years 1998-2002. The JTIDS is an advanced radio system that provides
information distribution, position location, and identification
capabilities in an integrated form for application to military
operations. These capabilities result from the ability of the system to
distribute information at high rates, encrypted in such a way as to
provide security and with sufficient jam resistance to yield high
reliability communications in a hostile electromagnetic environment.
The JTIDS provides a capability to interconnect multiple sources and
users of information. It provides surface and airborne elements with
both a position location capability within a common position reference
grid and an intrinsic identification capability through the
dissemination of secure positionand identity information. These
capabilities are derived from the JTIDS nodeless structure,
cryptographic capability, time division multiple access architecture,
pseudorandom data coding, frequency-hopping, spread spectrum, and
multiple net features. The history of the JTIDS programs is as follows:
Following a January 1981 Milestone II review (DSARC IIA), the Air Force
awarded a firm-fixed priced Full Scale Development (FSD) contract to
the Kearfott Division of the Singer Company (now General Electric Co.
-- Marconi Electronic Systems Corp. (GEC)) with Rockwell International,
Collins Avionics and Communication Division (CACD) as the subcontracted
follower for the design, development, and test of the JTIDS Class 2
terminal for Air Force and Army applications. Full Scale Development
terminals were purchased and delivered to support F-15 and Army ground
unit integration and developmental and initial operational test and
evaluation (DT&E/IOT&E). This contract also required Singer to develop
CACD as a second source under a leader/follower arrangement. As part
of this arrangement, CACD designed and fabricated the
receiver/transmitter. In December 1985, the Air Force awarded Singer
(again with CACD as a follower) a follow-on contract for the
development of the Army's 2M terminal, as well as the development of a
1000-watt high powered amplifier (HPA) for the Class 2H configuration.
CACD was the primary designer of the HPA. In addition, this contract
provided for the development of other Class 2 terminal variants, as
well as the development of upgrades to the basic Class 2 terminal.
These terminals have been allocated for service in terminal and
platform integration testing, service operational testing, and
multi-service operational testing. In March 1990, the Air Force awarded
two Low Rate Initial Production (LRIP) Lot 1 contracts: one (1)
contract was awarded to GEC for Air Force production terminals and
spares, and Navy EMD terminals, the other contract was awarded to CACD
for Air Force production terminalsand spares. In July 1991, the Air
Force continued the dual source program by awarding two LRIP Lot 2
contracts: the GEC contract, for Navy production terminals and spares,
the CACD contract for Navy production terminals, Air Force Class 2H
(AWACS) production terminals, United Kingdom production terminals, and
associated spares for the three services. In September 1992, the Air
Force awarded two LRIP Lot 3 contracts: the GEC contract, for Navy
production terminals, spares, and CSSA tasks for the Air Force, the
CACD contract, for Navy production terminals, and associated spares. In
September 1993, the Air Force awarded two LRIP Lot 4 contracts: the GEC
contract, for Navy Class 2H (E-2C) production terminals and spares, and
Air Force Class 2 (MCE) production terminals, the CACD contract, for
Navy production terminals, Air Force Class 2H (AWACS) production
terminals, Air Force Class 2 (JSTARS) production terminals, 68030 CPU
sets for Navy platforms, and spare sets for Navy platforms. In October
1994, the Air Force awarded one LRIP Lot 5 contract to GEC for Air
Force Class 2 and 2H (JSTARS, AWACS, and MCE) production terminals. In
March 1995, the Air Force awarded two Full Rate Production contracts
(with options for additional terminals): the GEC contract, for Class 2
and 2H production terminals for the Air Force (MCE), Navy, (E-2C,
Submarine) and USMC (TAOM) platforms, and the CACD contract, for Class
2 and 2H production terminals for the Air Force (E-8 (JSTARS)), Navy
(Shipboard), French Navy (Shipboard) and Italian Navy (Shipboard)
platforms. In December 1995, the Air Force modified each of these
contracts to incorporate options for requirements for fiscal year 1996
as follows: for the GEC contract, for Class 2 and 2H production
terminals for the Air Force (F-15, ABCCC), USMC (TAOM), Navy (E-2C,
Submarine), Japanese MCE, and French Navy (E-2C) platforms, and for the
CACD contract, for Class 2 and 2H production terminals for the Air
Force (E-8 JSTARS, E-3 AWACS, Air Intelligence Agency), Navy
(Shipboard), Japanese AEGIS (Shipboard) and Italian Navy (Shipboard)
platforms. In Jan 97, the Air Force awarded one Full Rate Production
contract to CACD for Class 2/2H terminal requirements to be procured in
fiscal years 1997 through 1999. On the basis of the above history of
the program, the Electronic Systems Center intends to issue a Request
For Proposal for the non-warranty repair of JTIDS Class 2 EMD terminals
and related engineering support to include test, integration, retrofit,
and upgrades for the fiscal years 1998-2002. If a firm believes it can
meet the JTIDS requirements, they must submit a qualification package
not to exceed fifteen (15) pages that clearly indicates their: (a)
Information on whether the business is large, small,
small-disadvantaged, or women-owned (b) Experience in repairing systems
that provide information distribution, position location, and
identification capabilities. In particular it must address the ability
to meet the capabilities as derived from the JTIDS nodeless structure,
cryptographic capability, time division multiple access architecture,
pseudorandom data coding, frequency-hopping, spread spectrum, and
multiple net features. (c) Capability and experience in managing and
operating a logistics repair facility capable of repairing all
delivered hardware within a forty-five (45) day turnaround time, (d)
Engineering expertise and understanding of the Class 2 terminals to
include testing, integration, retrofit, and upgrades. Note that
complete data packages to permit full and open competition are not
available. Sources are required to furnish customer information used to
identify relevant experience to include: (1) Contract number(s), (2)
Contract name(s), (3) Contract value(s), (4) Performance period(s), and
(5) Point(s) of contact (with phone numbers) for both potential Prime
contractors and subcontractors. Please submit this qualification
package no later than fifteen (15) days from the date of this CBD
publication. The Government's intent is to include past performance in
the evaluation of proposals for contract award. An Ombudsman has been
appointed to hear concerns from offerors or potential offerors during
the proposal development phase of this acquisition. The purpose of the
Ombudsman is not to diminish the authority of the program director or
contracting officer, but to communicate contractor concerns, issues,
disagreements, and recommendations to the appropriate Government
personnel. When requested, the Ombudsman will maintain strict
confidentiality as to the source of the concern. The Ombudsman does not
participate in the evaluation of proposals or in the source selection
process. Interested parties are invited to call Colonel Lee Hughes at
(617) 377-5106. The Ombudsman should only be contacted with issues or
problems that have been previously been brought to the attention of the
program manager and/or the contracting officer and could not be
satisfactorily resolved at that level. This synopsis is for information
and planning purposes only, does not constitute a solicitation, and
shall not be construed as a commitment by the Government. Two copies of
your qualification information package are required. The Government
will solicit those firms meeting the screening criteria in this
synopsis. Sources deemed qualified will receive an RFP. Any firm judged
not qualified will be provided a copy of the solicitation on request
and any proposal that a firm might submit will be evaluated without
prejudice. All responses will be reviewed/evaluated and respondents
will be notified of the results. Please address any questions to Major
Thomas E. Woolpert, (617)377-9304 or Lt. Brett Malcom, (617)377-9299.
(0175) Loren Data Corp. http://www.ld.com (SYN# 0058 19970626\J-0016.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|