Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2014 FBO #4718
MODIFICATION

58 -- Manpack Radio

Notice Date
10/23/2014
 
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
W15P7T14R0005
 
Archive Date
10/23/2015
 
Point of Contact
Jon Bauman, 443-861-4662
 
E-Mail Address
ACC-APG - Aberdeen Division B
(jonathan.m.bauman2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is providing draft requirements documents and a Waveform Survey for Manpack Radio for review and comment by industry. The Government intends to solicit and award through full and open competition, several Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for the purpose of procuring Manpack Radios for the Full Rate Production (FRP) phase of the program. The current Manpack Radio requirements are stated in the Capability Production Document (CPD) for Joint Tactical Radio System (JTRS) Version 2.4 dated 5 April 2012 and approved on 20 May 2012. These requirements have been extracted and collated in the Draft Performance Requirements Document (PRD) for the Manpack Radio Full Rate Production. The Government intends to procure existing and Non-Developmental Items that meet the Manpack Radio capabilities as described in the PRD. Manpack Radios will enable communications through seamless, high speed and digital information exchange across both vertical and horizontal hierarchies within the battlespace that supports ground, airborne and maritime domains. The Manpack Radio will support all domains for dismounted and mounted communications as a multi-functional communications platform. The Manpack Radio will provide two independent, multi-waveform channels as a software defined radio with an embedded Selective Availability Anti Spoofing Module (SAASM) to enable radios to transmit their locations to external host applications. Interested sources are encouraged to provide responses to the attached Waveform Survey, as well as provide comments and questions on the attached Draft requirements documents, which include the Draft PRD, Draft Statement of Work, Draft Contract Data Requirements List (CDRLs), and Draft Section H of the Uniform Contract Format (UCF). All questions, comments, and questionnaire responses pertaining to the documents posted today and any further documents posted in the future via amendment to this notice, along with any questions from industry day shall be submitted no later than July 22, 2014, 12 PM ET to thomas.e.lynn23.civ@mail.mil. Questions/Comments should be in MS Office 2007 or Adobe PDF formats. E-mail messages must be less than 10 MB in size. If larger files are submitted, they must be broken into separate messages. All communications SHALL be submitted ONLY in writing AND directly to the email addresses identified above. Contractors shall not contact any other Government Personnel other than the person identified above. Contacting any Government personnel other than the individual identified above could result in an organizational conflict of interest (OCI) and could result in an offeror being excluded from competition and/or award. All proprietary and restricted information shall be clearly marked. Any documentation provided will not be returned. This notice is issued solely for information and planning purposes - it does not constitute a Final Solicitation or a promise to issue a Final Solicitation in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future Final Solicitation, if issued. If a Final Solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor these sites for additional information pertaining to this requirement. If your company is interested in this planned procurement, then it is advised that you monitor the Federal Business Opportunities (FBO) website at HTTP://WWW.FBO.GOV. The above discussed intent is subject to change. ---Change 1--- This is NOT an announcement for a forthcoming acquisition. On behalf the VICTORY Standards Body, this is an informational announcement and an invitation to interested U.S. entities not already participating in the VICTORY standard-specification initiative to consider participation starting in August 2014. The acronym VICTORY stands for Vehicular Integration for Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance/Electronic Warfare (C4ISR/EW) Interoperability, which is an initiative to develop, validate, and maintain a set of open standard specifications to improve the integration approach for C4ISR/EW and related mission equipment on military ground platforms. Additional details about the VICTORY initiative and Standards Body are available on the VICTORY public website - http://www.VICTORY-standards.org. This unrestricted site provides an initial overview and information on how to register for the controlled-access secure VICTORY web portal - https://portal.VICTORY-standards.org. Registration instructions for this secure portal are available at http://www.victory-standards.org/images/agenda/portal-instructions.pdf. Participation in the VICTORY Standards Body, and access to VICTORY artifacts, are limited to U.S. Government Agencies and U.S. Government prime contractors and subcontractors. A VICTORY Face-to-Face (F2F) Technical Interchange Meetings (TIM) will take place August 25-27, 2014 at Aberdeen Proving Ground (APG), Maryland. The focus of this TIM is three-fold: 1) continue the on-going working group discussions, including the subgroup session for the SIGINT subgroup of Intelligence systems and for the Test/Training subgroup; 2) engage new industry partners and Government agencies to participate in the Standards Body; and 3) initiate the kick-off sessions for logistic subgroup. Details and registration information for this F2F TIM are posted on the public site, http://ww.VICTORY-standards.org (click on the Face-to-Face Meetings link on the left side of the main page). Additional details on the newly forming logistics subgroup and recently formed SIGINT and Test/Training subgroups are available on the access-controlled VICTORY portal. Formal membership in the Standards Body is NOT a requirement for participation in either VICTORY activities or acquisitions citing VICTORY standards unless explicitly called for in program-specific documents released by a contracting agency. Responses will not be fielded for this specific announcement. For more information and Points of Contact please refer the official Federal Business Opportunities announcement for the VICTORY F2F TIM below: https://www.fbo.gov/notices/07bf1e789e8c6c9ee6bff9693ae4a8e8 ---Change 2--- On behalf of Program Executive Office Command Control Communications Tactical (PEO C3T), Project Manager Tactical Radios (PM TR) Product Manager Handheld Manpack and Small Form Fit (PdM HMS), Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is providing, upon request, the existing Acquisition Strategy document for the Handheld, Manpack, and Small Form Fit (HMS) Program. The HMS Acquisition Strategy, dated 1 May 2014, is being provided for information only, and is current as of 29 August 2014. In the event of any change, revision, or update to the HMS Acquisition Strategy, no notification will be provided. It shall not be expected that future Acquisition Strategies for this program or any other Department of Defense (DoD) program be released. To obtain a copy of this HMS Acquisition Strategy document, send a request via email to matthew.j.connolly1.civ@mail.mil. Include quote mark HMS Acquisition Strategy quote mark in the subject line of the request. Only interested sources that intend to compete as a Prime Contractor on a future procurement for HMS may submit requests. The HMS Acquisition Strategy is for official use only and shall not be further distributed without express permission from the Contracting Officer. Contractors shall not contact any Government Personnel other than the person identified above regarding the HMS Acquisition Strategy. Contacting any other Government Personnel could result in an organizational conflict of interest (OCI) and/or exclusion from any potential future competition and/or award for programs mentioned within the HMS Acquisition Strategy. ---Change 3--- Requests for the Acquisition Strategy document for the Handheld, Manpack, and Small Form Fit (HMS) Program purusant to Change 2 to this Special Notice above will only be considered through 15 September 2014. After 15 September 2014 requests for the HMS Acquisition Strategy will not be considered. ---Change 4--- This amendment to the Special Notice is a Request For Information (RFI) pursuant to FAR 15.201. This is not a Request for Quotations or Proposals. Program Executive Office - Command Control Communications Tactical (PEO-C3T), Project Manager Tactical Radios (PM-TR) is seeking to survey weight, battery life, and thermal properties of potential vendor's anticipated offerings for the Full Rate Production Manpack radio. Interested sources are encouraged to provide responses to the attached questionnaire. All questionnaire responses shall be submitted no later than October 15, 2014, 12 PM ET by email to jonathan.m.bauman2.civ@mail.mil. When submitting responses refernece RFI No. W15P7T-14-R-0005 in the subject line of the email. Responses should be in MS Office 2007 or Adobe PDF formats. E-mail messages must be less than 10 MB in size. If larger files are submitted, they must be broken into separate messages. ---Change 5--- The purpose of this change is to notify interested parties that the solicitation number for Manpack Radio has changed to W15P7T-15-R-0004. Future fedbizopps posting for Manpack radio will occur under W15P7T-15-R-0004.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4b96e15125f1effb58ba6b46fa2bafbc)
 
Record
SN03556983-W 20141025/141023234511-4b96e15125f1effb58ba6b46fa2bafbc (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.