COMMERCE BUSINESS DAILY ISSUE OF MARCH 13, 2001 PSA #2806
SOLICITATIONS
A -- ARMY AIRBORNE COMMAND AND CONTROL SYSTEM (A2C2S)
- Notice Date
- March 9, 2001
- Contracting Office
- U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- DAAH01-01-R-0155
- Point of Contact
- Rod Matthews (256)842-7693 David Ludwig (256)842-6000 Mable Youngblood (256) 842-7688
- E-Mail Address
- Click here to contact contracting officer/specialist (rod.matthews@redstone.army.mil david.ludwig@redstone.army.mil mable.youngblood@redstone.army.mil)
- Description
- Purpose: The United States Army, through the Tactical Operations Centers/Air and Missile Defense Command and Control Systems Project Office, Huntsville, Alabama, has a requirement to design, assemble, integrate, test, document, deliver, and support (including but not limited to providing logistical support, technical and engineering support, training, and technical manuals) a standardized A2C2S. The contractor will be required to deliver prototype units, a Software Integration System (SIS) for the Central Technical Support Facility (CTSF), a Trainer/Demonstrator system (TDS), Low Rate Initial Production (LRIP) units and Full Rate Production (FRP) Units. The Government envisions a Cost Plus Incentive Fee for development and testing, Fixed Price Incentive Fee (FPIF) for LRIP and FRP units, and an associated Cost Plus Fixed Fee (CPFF) for software, analysis, and engineering services throughout the life of this contract. Overview: Hosted on the UH-60L Black Hawk helicopter, the A2C2S is a highly mobile tactical command post that enables the maneuver commander to maintain situational awareness (SA) and to exercise Command and Control (C2) while on the move. It hosts the Army Battle Command System (ABCS) and access to the Tactical Internet for manipulation, storage, management, and analysis of situational awareness information, intelligence data and mission plans. The A2C2S also incorporates a robust communications suite of line-of-sight and non-line-of-sight radios as well as wide-band digital radios. This advanced integration system allows war fighters to exercise C2 of assigned and attached elements and to coordinate with adjacent, supported, and supporting forces via voice and data equipment with battlefield information processing and connectivity. The A2C2S is a critical force multiplier that can be deployed worldwide to support the full spectrum of C2 missions. Scope of Work (SOW): 1. Design Requirement -- The contractor shall design and develop the A2C2S consistent with an overall design requirement based upon the following: a. The contractor's A2C2S design may incorporate design information available to the contractor in the Government Furnished Information (GFI). The contractor's design shall provide an overall A2C2S design that meets all SOW, Performance, and Air Worthiness Requirements. b. The contractor shall design modifications to the UH-60L Aircraft necessary for Mission Equipment Package (designated as the "B-Kit") application to the aircraft which shall be designated as the "A-Kit". The A-Kit shall be comprised of those components required for system operation that are permanently installed on the aircraft. These aircraft modification kits (A-Kits) are required to be permanently installed in the "basic" aircraft to affect functionality. The A-Kit shall consist of, but is not limited to the following items: (1) antennas and mounts (2) cables and wiring harness (3) power taps (4) mounting hardware (5) integrated cargo floor (6) aircraft interfaces, such as power and structural, and (7) B-Kit interfaces. The A-Kit permits installation and operation of the B-Kit. c. The contractor shall design an A2C2S Mission Equipment Package for the UH-60L Aircraft which shall be designated as the "B-Kit" and the "B-Kit" shall include the design of an A2C2S Maneuver Commander's Environment. The B-Kits shall be comprised of those components required for system operation that are installed in the aircraft to affect functionality. The B-Kit components shall be transferable from an A-Kit equipped aircraft to another to transfer functionality. The B-Kit shall consist of a Maneuver Commander's Environment (MCE), an integrated suite of radio communications equipment and a Quick-Erect Antenna Mast for ground operation. The MCE are those components that the system operators physically interact with during mission execution and shall consist of the following: (1) a minimum of five user stations (2) a minimum of five crashworthy seats (3) a digital intercommunication system (4) a Multi-Processor Unit(s) (MPU) (5) two common views, and (6) a printer. As part of the MCE, the contractor shall integrate the following Battlefield Functional Areas of the ABCS software into the B-Kit: MCS; ASAS-RWS; AFATDS; AMDWS; CSSCS; GCCS-A (Client Viewer); EBC (TOC Server Version), FBCB2, and ISYSCON (tactical internet manager); in conjunction with required foundation software. The MCE shall be configurable for other than ABCS Software. d. The contractor shall design all hardware and software interfaces necessary for A2C2S design. e. The contractor shall design and deliver a Modification Work Order (MWO) suitable for use by the Government for A2C2S application to any UH-60L aircraft. f. The contractor shall obtain a Certificate of Airworthiness Qualification for the A2C2S g. Performance on the projected A2C2S requirements at the prime or subcontractor level will require access to defense information that is not considered appropriate for release to non-US companies. A2C2S contract performance will require that the contractor have a Secret U.S. issued facility security clearance and be able to receive, generate, and store classified material. The contractor will also be required to provide personnel with secret U.S. issued security clearances for contract performance. Companies not eligible for U.S. clearances and who want to participate as subcontractors would have to request the releasable part of any future RFP by submitting an official request via their embassy to HQDA. 2. A2C2S Unit Requirements. The breakdown of the A2C2S units to be provided by the contractor for this effort is as follows: A2C2S Software Integration System (SIS) -- The contractor shall provide an A2C2S SIS meeting all the requirements of the contract and suitable for use in the Government CTSF at Fort Hood, TX, for software integration, test, engineering, and support, 1 ea. A2C2S Trainer/Demonstrator System (TDS) -- The contractor shall provide a TDS meeting all the requirements of the contract and suitable for use as an individual and unit level training device and capable of demonstrating A2C2S functionality, 4 ea. A2C2S Prototype Units -- The contractor shall provide A2C2S Prototype Units meeting all the requirements of the contract, 6 ea. (Option) A2C2S LRIP Units -- The contractor shall provide A2C2S LRIP Units meeting all the requirements of the contract, 12 ea B-Kits, 16 ea A-Kits. (Option) A2C2S FRP Units -- The contractor shall provide A2C2S FRP Units meeting all the requirements of the contract, 17 ea B-Kits, 20 ea A-Kits. 3. Contract Major Milestone Review. There will be two in the first 6 months. The first being a Preliminary Design Review (PDR) and the second a Critical Design Review (CDR). A Production Readiness Review will be held prior to an LRIP decision. 4. Government Furnished Equipment (GFE). The following items are planned to be GFE: UH-60L TDS Shell ABCS Software Radios, Antennas, Mounting brackets, cables (if available) Quick-Erect Antenna Mast 5. Performance on this contract at either the prime or subcontractor level will require access to defense information/equipment that is not considered appropriate for release to non-US companies. 6. Bidder's List Inclusion: Contractors interested in receiving the RFP for this effort should submit their request to be placed on the bidder's list by mail, data fax or e-mail to Mable Youngblood, (voice)(256) 842-7688, Rod Matthews, (voice) (256) 842-7693 or Dave Ludwig, (voice)(256) 842-6000, (fax)(256) 842-7684, at US Army Aviation and Missile Command, ATTN: AMSAM-AC-SM-C, Redstone Arsenal, Al 35898-5280, e-mail mable.youngblood@redstone.army.mil, rod.matthews@redstone.army.mil, or david.ludwig@redstone.army.mil.
- Record
- Loren Data Corp. 20010313/ASOL002.HTM (W-068 SN50F7Z6)
| A - Research and Development Index
|
Issue Index |
Created on March 9, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|