|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1998 PSA#2158U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488,
Redstone Arsenal, AL 35898-5280 A -- INTEGRATION OF TACTICAL OPERATIONS CENTERS FOR FIRST DIGITIZED
DIVISIONS SOL DAAH01-98-R-0424 DUE 103098 POC Ms. Barbara A. Roberts,
256/842-7693 or Mr. David Ludwig, 256/842-6000. 1. PURPOSE: The United
States Army, through the Air Defense Command and Control Systems
Project Office, Huntsville, AL, and the Aviation and Missile Command
Acquisition Center, Redstone Arsenal, AL, will conduct a competitive
procurement to integrate Tactical Operations Centers (TOCs) hardware
for 4th Infantry Division (4ID) and 1st Cavalry (1CD) units during the
period FY 1999 through FY 2003. The government plans to release a
Request for Proposals on/about 30 August 1998. Proposals shall be
submitted 60 days later and the government plans to award the contract
on/about 1 January 1999. The government envisions a Cost type contract
for this effort. 2. Overview: a. TOC Description- Tactical operations
are an integrated grouping of wheeled and/or tracked vehicles with
shelters from which a commander and his/her staff plans, monitors, and
directs the tactical operations of assigned forces. Integral to many
TOC's is the Command Information Center (CIC); an information
integration and fusion cell in which the commander and his primary
staff elements collaboratively plan and execute battlefield command and
control functions. The CICs may be located in mobile shelters or a
tentage area but are connected electronically to all other functional
cells of the TOC. Each shelter or combination of shelters houses
information technology hardware (communications, computers, and
associated peripheral equipment) and software that supports various
battlefield functional areas. The TOC must operate in all potential
battlefield environments and support all types of military operations.
b. Basic Contract Effort- The selected contractor will perform a
three-phase effort. The first phase will involve the design,
fabrication, hardware integration, and testing of standardized TOC
configurations at the contractor facility. The testing will include the
CICs, as appropriate. The government will accept the equipment after
successful completion of the first phase. The second phase will involve
delivery, on-site installation of unit equipment, final TOC integration
and checkout. The third phase will involve logistic support, exercise
and test support. The contract will include a basic award with option
provisions for 3rd BDE 4ID, and its supporting units. The development
of tactical software for the TOCs is not a requirement. The contractor
will provide software only to the degree that software is required to
operate the hardware provided by the contractor. The government will
furnish the majority of hardware needed for integration as Government
Furnished Equipment (GFE). 3. Scope of Work: a. Design and Integration-
(1) The contractor shall design, integrate, assemble, and deliver
standardized, integrated TOC hardware to the government for use in the
4ID and 1CD. The basic contract includes the 4ID except for its 3rd
Brigade and 1CD. The 3rd BDE 4ID is a contract option. The government
will provide the System Architecture, the Local Area Network (LAN)
Architecture and performance specifications. The architecture will show
the vehicles, shelters, computers, radis, local area network, routers,
switches, large screen displays, and all other equipment that the
contractor shall integrate into each TOC. This effort includes the
design, integration, assembly, and the CIC of designated TOC's. (2) The
contractor shall determine modifications needed to convert standard
Army shelters into a suite of shelters that allow for integration into
TOCs having various hardware functional requirements. The types of
vehicles/shelters are the M-1068 Tracked Vehicle, the M1097 Heavy HMMWV
with SICPS RWS, 5 Ton with Expanded Shelter, and SICPS Tent. The
contractor shall develop the interface requirements to the C2V. Shelter
designs must work for all types of TOCs within the 4ID and 1CD. (3) The
contractor shall select a TOC internal communication system that meets
the performance specification. The government prefers military
standard and/or commercial off the shelf standard systems. (4)
Contractor designs shall include provisions for technology insertion in
the form of new communications, computers, displays, and networking
hardware under the general assumption that all new technology will not
exceed "from and fit" specifications of initial installed hardware. b.
Training- The contractor shall develop one training package that is
tailored to the various types of delivered TOCs. The contractor shall
design the training to last approximately eighty hours in length. The
training shall cover the following topics: TOC operational overview,
power up/power down procedures, grounding, connectivity procedures,
trouble shooting, internal communications operations and maintenance,
CIC assembly/disassembly, and operation and maintenance of the
commercial, non-army standard equipment integrated by the contractor.
c. Technical Publications-The contractor shall develop a complete
series of operations for the non-army standard equipment integrated by
the contractor. Commercial products should be used whenever possible.
In addition, the contractor will develop TOC overview and system level
operations and maintenance publications for the TOC as a whole. The
unit will retain the material after equipment delivery. d. Integrated
Logistics Support-The contractor shall plan and execute an economical
logistical support program for CFE. The contractor shall procure and
deliver a recommended interim spare and repair parts list for all CFE
for each TOC. e. Product Assurance and Test (PA&T): (1) The contractor
shall develop a product assurance and test program that insures the
delivered shelters and TOC hardware meet performance specifications and
are safe for soldier operation. The contractor shall allow government
participation and monitoring of all phases of the PA&T process. (2) The
contractor shall support government test programs. (3) The contractor
shall develop TOC designs supported by analysis of selected shelter and
TOC designs that quantify the impacts of the design on demonstrated
communications performance. The government will provide the results of
previously performed government studies and analysis as GFI. f.
Configuration Management: The contractor shall document the final
design of each configuration of each shelter type and CIC to the level
necessary for future fabrication and procurement. g. Program Reviews:
The contractor shall participate in monthly design reviews and
quarterly program reviews. The government will conduct each review in
Huntsville, AL or the area where the work is performed. The contractor
shall be required to submit reports including project status/milestone
reports and cost performance reports. 4. Period of Performance: The
period of performance for this procurement is from contract award
through 4th quarter FY 2003. 5. Instructions to Contractors: a. The
contractor shall propose shelter and TOC designs that minimize
electromagnetic interference and communications degradation. b.
Information- Contractors interested in submitting proposals for this
procurement should contact AMCOM Acquisition Center/ATTN: Mr. David
Ludwig or Ms. Barbara A. Roberts, Redstone Arsenal, AL 35898. The
government will hold a pre-solicitation conference in Huntsville, AL,
on or about 14 Sep 98. The Project Office will also sponsor a site
visit at Ft Hood, TX, to examine prototype TOCs delivered under
previous contracts in support of the Army's Warfighting Experiments
(AWE). Date of site visit will be provided at pre-solicitation
conference and in the solicitation. Contractors are to limit number of
attendees at the pre-solicitation conference and site visit to (5)
five people. Secret Clearance is required at the site visit at Ft Hood.
c. Integration Location: The contractor shall perform the basic
contract TOC integration work within 30 mile radius of Fort Hood, TX.
The contractor may propose the completion of Phase I effort elsewhere.
If an alternate work location is proposed, the contractor shall
perform comparative analysis detailing the cost, schedule, and
management implications of doing work outside the Fort Hood, TX area.
Unit hardware integration, TOC checkout, and contractor support will
take place on site at Fort Hood, TX. The Government reserves the right
to make the final decision on work place location. The Government is
limiting this procurement to United States firms. 6. Government
Furnished Equipment: The government will furnish the following types of
GFE for this procurement: Radios and other communication installation
kits, Computers, computer peripheral and corresponding mounting kits,
Wheeled and tracked vehicular mounted shelters of all types required
LAN, Routers, Switches, Hubs 7. Government Furnished Information: The
government will provide the following types of information as part of
the request for proposals: ABCS Capstone Requirements Document, TOC
Performance Specification to include: CIC area and supporting displays;
EMI and Co-site Interference data and analysis; Intercom
systems/Mobility/Best Practice Guide for Grounding, Bonding, and
Shielding/TOC Systems Architecture for 4ID and 1CD/Prescribed LAN
Architecture/Shelter production drawings for SICPS RWS, 5-TON Expanded,
M-1068 Shelters, and C2V. Drawings for Large SICPS Shelter/ Drawings of
contractor delivered Task Force XXI and Division AWE TOCs (Drawing of
current configurations are not available)/Government Prescribed TOC
Delivery Schedule for the 4ID. 8. Source Selection Criteria: The
government plans this procurement as "Best Value" where cost is more
important than technical, which is more important than management which
is significantly more importance than past performance. Posted 08/11/98
(W-SN235680). (0223) Loren Data Corp. http://www.ld.com (SYN# 0013 19980813\A-0013.SOL)
A - Research and Development Index Page
|
|