Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,1998 PSA#2159

U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488, Redstone Arsenal, AL 35898-5280

A -- AMENDING PRIOR SYNOPSIS FOR -- INTEGRATION OF TACTICAL OPERATIONS CENTERS FOR FIRST DIGITIZED DIVISIONS SOL DAAH01-98-R-0424 DUE 110498 POC U.S. Army Aviation and Missile Command, Acquisition Center, ATTN: AMSAM-AC-SM-C, Bldg 4488, Rm B-262, Barbara A. Roberts, 256/842-7693 or David Ludwig, 256/842-6000 and FAX NO. 256/842-7684 1. PURPOSE: The United States Army, through the Army Tactical Operations Center Project Office, Huntsville, AL, and the Aviation and Missile Command Acquisition Center, Redstone Arsenal, AL, will conduct a competitive procurement for the Integration of Tactical Operation 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 04 September 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 basic contract includes all TOC's for the 4ID and the 1CD located at Ft. Hood, Texas. The 3rd BDE 4ID, located at Ft Carson, Colorado, is a contract option. 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 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 delivery of the CIC 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 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 "form 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 and maintenance publications 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. Integration Location: The contractor shall perform the basic contract TOC integration work within 30mile 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. A U.S. Government Secret Clearance will be required. c. 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-proposal conference in Huntsville, AL, on or about 14 Sep 98. The Project Office will also sponsor a site visit at Ft Hood, TX, to allow examination of prototype TOCs delivered under previous contracts in support of the Army's Warfighting Experiments (AWE). Date of site visit will be provided at pre-proposal conference and in the solicitation. Contractors will be limited to five (5) attendees at each event. A Secret Clearance will be required for the Ft Hood visit. Contractors are requested to notify the government NLT 04 Sep 98, of their intent to propose on this effort as a prime contractor. 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 network hardware, 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, 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, government prescribed TOC Delivery Schedule for the 4ID. 8. Source Selection Criteria: The government plans to acquire this procurement as "Best Value." The evaluation criteria and order of ranking of importance will be set forth in the solicitation. Posted 08/12/98 (W-SN236132). (0224)

Loren Data Corp. http://www.ld.com (SYN# 0003 19980814\A-0003.SOL)


A - Research and Development Index Page