|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1,1995 PSA#1423HQ Electronic Systems Center, JTIDS Contracting Division (TDK) 175
Vandenberg Drive, Hanscom AFB, MA 01731-2138 58 -- JOINT TECHNICAL INFORMATION DISTRIBUTION SYSTEM (JTIDS) SOFTWARE
LOADER/VERIFIER (SLV) POC Joseph J. Buzzell, Point of Contact,
617-377-9302; Capt. Donna Heinz, Contracting Officer, 617-377-9304. HQ,
Electronic Systems Center announces a reuirement for the development
and production of a software loader/verifier (SLV) device for updating
Joint Tactical Information Distribution System (JTIDS) terminal
operation computer programs (OCPs). Potential quantities for the SLV
are approximately 100 units. The JTIDS terminal is an advanced radio
system that provides information distribution, position location, and
identification capabilities in an integrated form for application to
military operations. These capabilities result from the ability of the
system to distribute information at high rates, encrypted in such a
way as to provide security and with sufficient jam resistance to yield
high reliability communications in a hostile electromagnetic
environment. There are six (6) variants of JTIDS terminals, Army Class
2M, F-15, E-3, MCE/TAOM, Navy Air, and Navy Ship. The JTIDS terminal
designed under the Product Improvement Program (PIP) can be
reprogrammed through the terminal's serial support port (SSP). This
design affects all terminals produced under the Lot 4, Lot 5, THAAD,
and full rate production (FRP) contracts. Terminals produced prior to
the mentioned contracts do not have the ability to be reprogrammed
through the SSP. Three shop replaceable units (SRUs) within the
terminal are reprogrammable: the common CPU, the common signal
processor, and the Army Data Distribution System Interface (ADDSI, for
Army Class 2M only). Each of these SRUs is programmed differently
using a combination of hardware and software mechanisms. Under PIP, and
in conjunction with the redesign of the mentioned SRUs, a reprogramming
device was developed. The Portable EEPROM Loader Verifier (PELV) is an
IBM PC/AT/ compatible based item that contains the hardware (HW) and
software (SW) necessary to perform the reprogramming of the SRUs. Other
functions of the PELV include terminal configuration identification, SW
version identification, error detection, and user friendly interface.
The PELV SW allows the operator to select the SRU to be reprogrammed,
reads the new version of SW froma floppy diskette, and performs the
reprogramming. The PELV also warns the operator when making odd
selections. There is a need for a smaller, battery powered, hand-held
size alternative to the PELV. The new device, to be called the Software
Loader Verifier (SLV), must have the same functions as the PELV.
Commercial off the shelf (COTS) HW and SW items shall be used where
possible. On basis of the complexity of the JTIDS terminal and the
requirements of the SLV, the HQ Electronic Systems Center intends to
issue Request For Proposal (RFP) only to companies that possess working
knowledge and experience of JTIDS. The statutory authority to do so is
10 U.S.C. 2304 (c) (1) which states ''Only a limited number of
responsible sources and no other supplies or services will satisfy the
requirements''. However, if a firm believes it can meet the JTIDS and
SLV requirements, then submit a qualification package not to exceed
fifteen (15) pages that clearly indicates: (a) Experience in developing
and producing systems that provide information distribution, position
location, and identification capabilities, in particular, the
qualification package must address the firm's knowledge of JTIDS, JTIDS
OCPs, and PELV. The firm must also prove the capability to provide
detailed data packages inclusive of operators manual, cost reports,
etc., (b) Production capabilities sufficient to provide a cost
effective production program, (c) Capability in meeting delivery
schedule beginning 12 months after contract award for a period up to 12
consecutive months thereafter. Delivery quantities per month may range
8 to 10 SLVs, (d) Various methods for logistics repair of all
delivered hardware within fourteen (14) days turnaround time. Note that
complete data packages to permit full and open competition are not
available. Please submit this qualification package no later than
fifteen (15) days from the date of this CBD publication. An Ombudsman
has been appointed to hear concerns from offerors or potential offerors
during the proposal development phase of this acquisition. The purpose
of the Ombudsman is not to diminish the authority of the program
director or contracting officer, but to communicate contractor
concerns, issues, disagreements, and recommendations to the appropriate
Government personnel. When requested, the Ombudsman will maintain
strict confidentiality as to the source of the concern. The Ombudsman
does not articipate in the evaluation of proposals or in the source
selection process. Interested parties are invited to call Col. Claude
E. Messamore at (617) 377-5106. The Ombudsman should only be contacted
with issues or problems that have been previously been brought to the
attention of the program manager and/or the contracting officer and
could not be satisfactorily resolved at that level. This synopsis is
for information and planning purposes only, does not constitute a
solicitation, and shall not be construed as a commitment by the
Government. Two copies of your qualification information package are
required. The Government will solicit those firms meeting the screening
criteria in this synopsis. Sources deemed qualified will receive an
RFP. Any firm judged not qualified will be provided a copy of the
solicitation on request and any proposal that a firm might submit will
be evaluated without prejudice. All responses will be
reviewed/evaluated and respondents will be notified of the results.
Please address any questions to Mr. Joseph J. Buzzell at (617) 377-9302
or Capt. Donna Heinz at (617) 377-9304. See Numbered Note(s): 25.
(0242) Loren Data Corp. http://www.ld.com (SYN# 0246 19950831\58-0007.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|