Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,2000 PSA#2539

Space 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