|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,2000 PSA#2539Space and Naval Warfare Systems Command, 4301 Pacific Highway, San
Diego, CA 92110-3127 58 -- SATELLITE NETWORK CONTROLLER FOR JOINT WARFARE INTEROPERABILITY
(JWID) DEMO 2000 SOL N00039-00-R-3211 POC Pamela F. Kibler,
Contracting Officer (619) 524-7192 or Kim Tu, Contract Specialist,
(619) 524-7182 WEB: SPAWAR Business Opportunities,
http://e-commerce.spawar.navy.mil. E-MAIL: E-mail address for the
Contracting Officer and Contract, kiblerp@spawar.navy.mil or
tuk@spawar.navy.mil. The Space and Naval Warfare Systems Command
(SPAWAR) intends to negotiate a sole source contract with Innovative
Communications Technologies, Incorporated (ICTI), 9201 Gaither Road,
Gaithersburg, MD 20877 to supply Satellite Network Controllers (SNCs)
and associated engineering services for the automated management of
satellite resources and satellite communications equipment, including
INMARSAT Saturn B terminals. Contract award will be made pursuant to
the statutory authority of Title 10, U.S.C. Section 2304(c)(1), only
one responsible source, as implemented by FAR 6.302-1(a)(1). The SNCs
must provide the following capabilities: 1. Interoperable with INMARSAT
Saturn B terminals equipped with software CN17 version 7 or equivalent.
2. Type approved for operation on INMARSAT. 3. Ready for testing on or
about 15 March 2000 at shipboard locations and at an INMARSAT Land
Earth Station (LES) with satellite coverage to SPAWARSYSCEN San Diego.
4. Provide variable data rates between 16 kbps and 256 kbps to andfrom
Saturn B terminals. 5. Reallocate satellite resources including data,
bandwidth, and power on command between mobile users using TCP/IP
protocols. Automatically reallocate resources using pre-configured
transmission plans. 6. Provide an approach to detecting and
resynchronize cryptographic devices including KG-84A and KIV-7HS
devices. 7. Provide mitigation measures for Electro-Magnetic
Interference due to shipboard Radar. 8. Provide an approach to
minimizing outages due to shipboard blockage by handing over
communications channels between antennas in a dual antenna
configuration. Questions concerning this synopsis shall be submitted by
e-mail to the attention of the Contracting Officer, Pamela Kibler, at
kiblerp@spawar.navy.mil or to the Contract Specialist, Kim Tu, at
tuk@spawar.navy.mil. Only questions or comments submitted via e-mail
will be considered. THIS NOTICE OF INTENT IS NOT A REQUEST FOR
COMPETITIVE PROPOSALS. The SNCs will be tested at SPAWAR in San Diego
and aboard ship during the Joint Warfare Interoperability Demonstration
(JWID) during July of 2000. It is also anticipated that supplies and/or
services may be provided by CISCO Systems and British
Telecommunications to accomplish this effort. The Government intends to
solicit only one source under the authority of FAR 6.302. ICTI is the
only known source that can provide the equipment and engineering
services required and meet the Government's delivery requirements.
Other sources who provide supporting data that demonstrates their
ability to meet the above requirements AND make timely delivery will be
considered by the Government in determining whether to compete this
requirement. Such information shall be provided to the Contracting
Officer. The preferred method of transmittal is via e-mail. Documents
that are not in electronic format may be faxed to (619) 524-3180. All
information submitted will NOT be considered to be proprietary unless
specifically marked as such. Following a successful JWID demonstration,
and provided sufficient funding is made available, SPAWAR will conduct
market research to determine if there are alternative products
available that would meet the Government's requirements for any
additional quantities. Posted 02/15/00 (W-SN425466). (0046) Loren Data Corp. http://www.ld.com (SYN# 0236 20000217\58-0008.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|