Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2002 FBO #0173
SOLICITATION NOTICE

58 -- The purpose of this pre-solicitation is to announce a Hubzone only competed effort for the Mobility Assessment Test & Integration Center (MATIC) and subtasks for Research and Development and construction of a facility at Laguna Pueblo, NM.

Notice Date
5/22/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
DAAB0702RL651
 
Response Due
6/6/2002
 
Archive Date
7/6/2002
 
Point of Contact
Charles Ade, (732) 427-1334
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center
(charles.ade@mail1.monmouth.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
NA Mobility Assessment Test & Integration Center (MATIC) The objective is to be able to support the MOSAIC ATD to effectively demonstrate and validate different wireless communications and technologies that can be integrated into the battle command infrastructure to support seamless, reliable, on-the-move commun ications in an efficient ad-hoc, multi-tiered, networked architecture. REQUIREMENTS for Network Environment for C3 Mobile Services: The contractor shall develop the capabilities and network environment to conduct experimentation, demonstrations and test & evaluation of integrated, wireless communications systems and technologies. The networked environment shall consist of a 10 node fi xed testbed and a field site capable of supporting up to 20 mobile nodes over distances of up to 15km by 15km. Antenna structures and towers shall be fabricated, if necessary, to support the field site. The testbed shall have the required power capacity, computer equipment, RF test tools, equipment racks, and initial set of data collection and analysis tools to support simultaneous testing of 10 nodes. Telecommunication capabilities and services shall be establish as part of the infrastructure to connect to the Internet Backbone for connectivity to other laboratories and test sites. Initial connectivity will be to the CECOM RDEC labs at Ft Monmouth, NJ. There shall also be a capability to measure electronic sensitivity and performance of RF systems within an Electro-Magnetic Interference (EMI) shielded chamber. The shielded chamber shall be of sufficient size to perform certified measurements pursuant to (but not limited to) MIL-STD-461 & 462. The chamber shall be equipped with filtered power and proper grounding commensurate with standard EMI chambers. The chamber shall be equipped with no less than 2 access panels for future signal access. The chambe r shall be designed to be upgradeable to a fully certified EMI chamber. The contractor shall provide a Project Manager to plan, direct, control and manage the efforts required to establish the MATIC facility. The Project Manger shall be the single point of contact to CECOM RDEC and shall be responsible for fulfilling all proj ect submittals and communications as specified herein. Regular meetings shall be conducted with the subcontractors working under the contractor on this project. The purpose of these meeting shall be to discuss work progress, scheduling, identifying and re solving problems areas. The Project Manager shall also conduct a monthly Project Review meeting to apprise CECOM RDEC on the status of the project to include report on the cost, work progress, schedule and any outstanding issues. The monthly Project Review meetings shall be hosted on-site at Laguna Pueblo facility as preferred, alternate means will be via video teleconferencing or conference calling. On-site meetings at Laguna Pueblo will help facilitate any inspections or walkth roughs required to monitor the progress of the sites under construction. Project Schedule/Project Review Meeting: The contractor shall provide a project schedule detailing the plan, design and construction of the facility. The schedule shall also include the status on the activities in setting up an initial 10 node fixed testbed, and the planning/execution efforts f or a field demonstration to prove out an initial operational capability. The Project Manager shall provide an initial project schedule prior to the commencement of work and it will be used as a baseline to monitor work progress and performance. The contractor shall be responsible to meet completion time-frames and scheduled mi lestones. Any changes or progress updates shall be reflected in the project schedule and presented at the monthly Project Review meeting. Any delays that will impact cost and completion of tasks shall be coordinated immediately with CECOM RDEC for resolu tion. The schedule should be in Gantt (bar graph) format and shall clearly reflect the start and completion dates and resources used for each of the tasks. FACILITY DESIGN, FABRICATION, INSTALLATION AND TRAINING: Facility Design: The contractor shall have already conducted an initial land, road utilities and building site surveys for the location of the MATIC facility. These surveys shall be used to develop the design plan for the field site, and building facility that will housed an initial 10-node test bed and an RF EMI shielded screen room. Optimization for future growth shall be included in the design plan. The design plan shall make allowances for future growth to a 24 node fixed test bed, and up to 276 nodes for the field s ite. Provision shall also be made in the design plan for the fabrication and installation of antenna structures and towers if needed. Based on the contractor?s lab and field experience, the contractor shall define the power requirements, and data line ca pacity (transmission media) required for the MATIC facility and include that in the facility design. The design of the structure shall meet all local, state, and federal building, fire, and safety code. Engineering and Technical Skills Training The contractor shall assess the engineering and technical training requirements needed for the MATIC employees. The contractor shall coordinate with CECOM RDEC to establish the requisite training to meet the needs of the MATIC employees. Training may be a combination of on-site or off-site training, and CECOM RDEC can be used as a training source to fulfill part of the training requirements. 3.5 Initial Field Demonstration The contractor shall plan, coordinate and conduct a field demonstration to demonstrate initial operational capability of the MATIC facility. Potential candidate systems for the demonstration are the MOSAIC, SUO radio and Universal Handset systems. 3.5.1 Demonstration Planning Support The contractor shall work jointly with CECOM RDEC to develop test strategy, test scenarios, and plans/procedures to evaluate the MATIC initial operational capability. The test plan/procedure shall cover the scope, objectives, test scenarios, and data to b e collected for the test. Existing test plans for the candidate systems will be utilized to the maximum extent possible to develop the test plan for the Initial Field Demonstration. 3.5.2 Demonstration Preparation and Execution The contractor shall make the necessary preparation of the field site and test facility to conduct the Initial Field Test. The preparation shall include but not limited to the setup of test instrumentation and equipment under test, identifying and setup o f sites for the mobile nodes, conducting preliminary tests (dry-runs), and performing initial data collection/analysis, etc. CECOM RDEC will provide support to help monitor and conduct the test. CECOM RDEC will identify and/or provide the test items, ie, radios, antennas, host systems, and software, etc for the demonstration. The contractor shall be responsible for test execution of the Initial Field Demonstration. At the conclusion of the Initial Field Demonstration, the contractor shall conduct an After Action Review (AAR) meeting to discuss findings/results, lesson learned, and data collection methods. As a result of the AAR, the contractor shall prepare a report on the findings and results of the demonstration. The contractor shall use the data collection tools to collect and perform analysis on all the pertinent test dat a and provide the results as part of the report. The contractor shall also formalize a standard data collection and analysis process for future testing based on the experience gained from this Initial Field Test. Contractual questions or matters can be addressed to: Charles Ade Contract Specialist CECOM Acquisition Center AMSEL-AC-CC-RT-J Fort Monmouth, NJ 07703-5008 Phone: (732) 427-1334 / DSN: 987-1334 FAX: (732) 532-6019 E-mail: charles.ade@mail1.monmouth.ar my.mil Technical questions can be addressed to: US Army CECOM, RDEC S&TCD, ATTN: AMSEL-RD-ST-WL (Mr. John Nunziato) Fort Monmouth, NJ 07703 All interested HubZone candidates are invited to reply.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00081149-W 20020524/020522214034 (fbodaily.com)
 
Source
FedBizOpps.gov 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.