Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2007 FBO #2020
SOURCES SOUGHT

58 -- Sources Sought for Tactical Switch Equipment Requirements (TSR)

Notice Date
6/6/2007
 
Notice Type
Sources Sought
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-07-RK256
 
Response Due
6/27/2007
 
Archive Date
8/26/2007
 
Small Business Set-Aside
N/A
 
Description
CONTACT: David Bogert, Electronic Engineer, 732-427-2387. The U.S. Army, Office of the Project Manager, Tactical Radio Communications Systems (PM TRCS), is seeking sources for equipments for existing tactical communications switching systems which have been certified interoperable for joint-services operation. The current contract for such equipment is with General Dynamics C4 Systems (GDC4S) located in Taunton, Massachusetts. It is contract number DAAB07-02-D-F603. To PM TRCSs knowledge, the only tactical communications switching equipment that currently meets the governments requirements is that equipment which is manufactured by GDC4S. Specifically, this Market Survey addresses the following tactical communicati ons equipment and associated items: Compact Digital Switch 98(CDS98), GDC4S part number (P/N) 02-2758810-1; five variations of the Switch Multiplexer Unit 96(SMU96), GDC4S P/Ns 03-2755652-1, 03-2758529-1, 03-2758533-1, 03-2758537-1, and 03-2759270-1; the A rmy family of Line Termination Units (LTUs), CV-4180A(V)1/T through 4180A(V)3/T, GDC4S P/Ns SM-D-823020-4, SM-D-8230205, SM-E-823115921 and SM-E-819294-2; the Transmission Interface Module (TIM), MD-1270(P)/T, GDC4S P/Ns 01-1402476-11 through 17 and  19 through 21; and the Tactical Interface Adapter (TIA), GDC4S P/Ns 02-2776329-1 through 3; Digital Voice Orderwire Interface Unit (DIU), GDC4S P/Ns 02-2785083-1 and -2; FLEXMUX, GDC4S P/Ns 02-2789503-1 through -4 and 02-2790129-1 through -4 and Baseband Node (BBN) Transit Cases, GDC4S P/Ns 02-2788972-1, 02-2788973-1, 02-2788974-1, 02-2788978-1, 02-2788979-1, 02-2788980-1, 02-2788981-1, 02-2788982-1, 02-2788977-1, 02-2788977-2, 02-2787726-1, 02-2790366-1, A3179311-3, 10-2790637-1, A3179643-2, 10-2790311-1 , 10-2790249-1 and ON649534-1. This also includes any and all associated GDC4S peripherals, cables, variable circuit card sets and upgrade kits, which are associated with the above designated equipment. The switching equipment must be able to load and run the Common Baseline Circuit Switch (CBCS) Circuit Switch On-Line Operational Program (CSOLOP) software, which is under the configuration management control of the CECOM Software Engineering Center (SEC). Additionally, any proposed alternative to the above equipment must be form, fit and function exactly the same as the aforementioned equipment. The equipment designated above provides existing, forward-looking, tactical switching systems, which have alre ady been certified for Joint Services interoperability by the Executive Agent (EA) for Theatre Joint Tactical Networks (TJTN). Any replacement systems must also be certified for Joint Services interoperability. All potential qualified vendors must possess sufficient knowledge of the Government systems listed below to ensure that form, fit, function equivalent components will successfully integrate into these Government systems: the Joint Network Node (JNN), the E xpeditionary Signal Battalion (ESB), the Mobile Subscriber Equipment (MSE), AN/TTC-39 families of circuit switch and message switching assemblages, AN/TTC-56(V)1 and (V)3 Single Shelter Switch (SSS), AN/TTC-58 Baseband Node (BBN) and AN/TTC-59 Joint Networ k Node (JNN) . This announcement is an expression of interest only and does not commit the government to pay for proposal preparation costs. Interested parties should be alert for subsequent announcements that may be published in the Commerce Business Daily. Responses to this announcement should contain a Title Page, Synopsis, System(s) Description, and Supporting Data. The title page should contain the name of the responding firm, date, the name and telephone number of the point(s) of contact, and the solici tation number. The synopsis should provide evidence of relevant vendor experience (demonstrated performance in managing and supporting similar equipment/systems comparable in size and complexity) and ability to provide the required items. It should also provi de approximate cost and lead times for the purchasing of proposed equipment. The supporting data should augment the description(s) with any test data or other information, which would help fortify the assertions provided in the description(s). Offerors c apable of furnishing the equipment that will satisfy the above specified requirements must so indicate by responding in writing to Project Manager, Tactical Radio Communications Systems (PM TRCS), ATTN: SFAE-C3T-TRC-CHS, (Mr. David Bogert), Fort Monmouth, NJ 07703. Further information can ONLY be obtained by contacting Mr. David Bogert at (732) 427-2387, david.bogert@us.army.mil. The deadline for response to this notice is 20 days from the date this notification is published.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01311713-W 20070608/070607035215 (fbodaily.com)
 
Source
FedBizOpps 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.