Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2013 FBO #4348
MODIFICATION

58 -- Improved Mobile Subscriber Equipment (IMSE) Enhancements Experimental Network -

Notice Date
10/18/2013
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
IMSE-MARKET-SURVEY-D010
 
Response Due
10/29/2013
 
Archive Date
12/17/2013
 
Point of Contact
Dennis Libershal, 410-278-4226
 
E-Mail Address
ACC-APG - Aberdeen Division B
(dennis.m.libershal.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
FOR ALL INFORMATION PLEASE CONTACT: jason.a.acosta2.civ@mail.mil or 443-395-6955. The sole purpose of this market survey is to identify potential providers. The US Army Communications Electronics Command (CECOM) Security Assistance Management Directorate (SAMD) is seeking interested sources that are capable of providing engineering, logistics and management services in the development, delivery, fielding and support of the enhanced Improved Mobile Subscriber Equipment (IMSE) Version III Experimental Unit. The interested sources will be expected to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, services and other items necessary to develop, deliver, field and support an quote mark experimental unit quote mark with the IMSE Version III system. The IMSE Version III systems, at a minimum, shall provide: Wired subscribers voice and data (including video) communications between Army Tactical Operations Center (TOC) Command Posts (CPs), across a geographically dispersed Wide Area Network (WAN) Remote subscribers wireless access to the IMSE voice and data communications networks Connectivity of voice and data communications networks among a geographically dispersed Wide Area Networks through wireless communications methods Interconnectivity and interoperability of voice and data communications between upper tactical internet elements (e.g., MILNET, Syun An, etc...) and lower tactical internet elements (e.g., Ground Forces C4ISR), and IMSE users (subscribers) Interconnectivity and interoperability with commercial landline and wireless communications networks Planning, monitoring and management of IMSE network elements Integrated network security and information assurance architecture into the IMSE communications network(s) Some component characteristics of the IMSE Version that must be met are: Backward interoperability into the existing IMSE system, Broadband radios must operate in the NATO UHF Band III+ (1350 - 2690 MHz) data rates above 50Mb/s and at a distance of over 50Km. If a vendor cannot meet this requirement, please provide an alternate solution to meet this high capacity line of site radio communications. High capacity networking, to include but not limited to Ethernet, Fiber and wireless connectivity, routing, Voice over IP (VOIP), network management, and commercial security. Interested companies should submit a white paper that includes a brief description to include the following information: Technical overview of the system being offered, including description of satisfaction of minimal requirements, description of system functions provided and description of overall performance in tactical environment. Pricing data sufficient for SAMD to perform complete cost analysis for fielding to different size elements including (but not limited to) an organization equivalent in size to a US Army Brigade and two US Army Battalions. This should include price for basic functionality described herein, prices for optional functions/features, installation, test, deployment, training, maintenance charges and/or any additional cost that can be incurred. (A notionally sized element is acceptable for this part of the response provided that sufficient details/ caveats be provided to allow SAMD to scale the response to different sized elements) Notional schedule for a compete fielding to an organization of size equal to that used for the pricing response. This should include product lead times, test/deployment time lines, typical training times, assumptions and dependencies required to progress from contract award to the point at which the system is typically determined to be operationally ready. Past experience including participation in previous FMS cases (if any) as well as listing of current DoD and/or US Government contracts (including any open IDIQ if applicable) Additional questions: 1. Please identify whether you are a small or large business. If you are a small business then identify your subcategory, i.e. 8A, SDB, SDVOB, etc. 2. Identify if you are interested in being a Prime Contractor for this effort, or teaming opportunities? 3. Could your company independently provide the entire range of services called for in the Market Survey? If you answer NO to this question, what services called for in Market Survey could your company provide? 4. Do you have experience performing work Outside the Contiguous United States (OCONUS)? If YES, please provide details. Please send responses to Jason Acosta by COB 29 October 2013 at jason.a.acosta2.civ@mail.mil or 443-395-6955. You must respond NO LATER than the response date and time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/de7bb8c23d5a70e0a5e42d013e5fe997)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN03218658-W 20131020/131018234012-de7bb8c23d5a70e0a5e42d013e5fe997 (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.