Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1998 PSA#2129

United States Special Operations Command, Directorate of Procurement (SOAC-KB), 2418 Florida Keys Ave., MacDill AFB, FL 33621-5316

58 -- MULTIBAND, MULTIMISSION RADIO (MBMMR) POC E. J. More, Contracting Officer, 813/840-5453 E-MAIL: US Special Operations Command Directorate of Procurement, moree@socom.mil. The US Special Operations Command (USSOCOM) is seeking industry comments on a proposed strategy and Draft Statement of Objectives (SOO) to acquire a production ready, multiband, multimission radio system. This announcement is a request for comment only, and does not constitute a request for proposals (RFP). The primary objective of the Multiband, Multimission Radio (MBMMR) program is to leverage ongoing industry initiatives in the area of multiband/multimode radio technologies to satisfy MBMMR threshold performance/operational requirements without a Government funded development program. The MBMMR requirement is for a rugged, militarized manpack and vehicular radio system. Baseline performance parameters include: an operating frequency range of 30 to 512 MHz; both amplitude and frequency modulation (AM/FM) modes of operation; Joint Interoperability Test Command (JITC) certified SINCGARS and HAVEQUICK II Electronic Counter-Counter Measures (ECCM) capabilities, and Ultra High Frequency (UHF) dedicated and demand assigned multiple access (DAMA) SATCOM capability per MIL-STD-188-181, 182, and 183; National Security Agency (NSA) endorsed Embedded Type I Communications Security (COMSEC) providing VINSON, FASCINATOR, ANDVT/KGV-5, KG-84C and OTAT/OTAR capabilities; and an overall transceiver size and weight not to exceed 500 cubic inches and 15 pounds respectively, including battery box and batteries. USSOCOM intends to release an RFP o/a 15 September 1998 with proposals due o/a 15 October 1998. Program and technical requirements will be described in a Statement of Objectives (SOO) and the MBMMR Operational Requirements Document (ORD). Offeror's proposals shall include a Statement of Work (SOW) and Technical/Performance Specification for the proposed MBMMR. The basis for contract award shall be BEST VALUE, with evaluation factors consisting of technical, past performance and cost/price. The technical evaluation will assess both the written proposal and a bid sample demonstrated at the offeror's facility. The bidsample demonstration will include both the manpack and vehicular systems. The RFP will identify the bid sample demonstration set-up, procedures, and performance parameters to be demonstrated. The purpose of the bid sample demonstration is to assess the technical maturity of the bid samples and the realism of the offeror's proposed schedule for delivery of production first articles. If the demonstrated bid sample does not include all the baseline performance parameters described in the SOO and ORD, then the offeror will explain in the technical proposal what additional effort is required to fully implement those parameter(s). The Government will also consider proposed additional capabilities that exceed the MBMMR baseline requirements, and any planned future enhancements. Additional capabilities exceeding the MBMMR baseline requirements and proposed for delivery in the MBMMR first articles, must be included in the bid sample demonstration. In order to be considered during the evaluation, proposed future enhancements must include firm pricing and schedule information. NSA endorsement and JITC certification in all modes of operation is the sole responsibility of the offeror, and a condition for first article acceptance. The Government desires that the bid samples be NSA endorsed and Joint Interoperability Test Command (JITC) certified prior to the demonstration. If however, the required certifications have not been obtained, then the technical proposal shall describe in detail the offeror's plan and schedule to obtain these certifications prior to delivery of production first articles. The Government anticipates, upon conclusion of source selection, the award of a Firm-Fixed Price (FFP), indefinite delivery indefinite quantity (IDIQ) contract with a five year hardware ordering period and 10 years of contractor logistics support (CLS). The number of SOF units required is approximately 600 manpack and 400 vehicular MBMMR systems. The Government intends to order a minimum of 300 SOF systems in the first year, but intends to allow range pricing of up to 3000 radios over the five year ordering period. The contract will also include priced options for spares, training, and depot maintenance to support the MBMMR's 10 year life-cycle. In addition to a proposal for purchase of the MBMMR, offerors are encouraged to develop innovative alternate proposals for 5-year lease arrangements that would allow earlier fielding of the required quantity, and periodic insertion of emerging waveforms/capabilities. Potential offerors are invited to review and comment on this strategy, the draft Statement of Objectives (SOO) and the draft Operational Requirements Document (ORD) within 30 days of this announcement. The draft documents are available electronically on the USSOCOM Acquisition Web Site at www.socom.mil/procurement02.htm. Posted 06/30/98 (0181)

Loren Data Corp. http://www.ld.com (SYN# 0323 19980702\58-0016.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page