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