|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1998 PSA#2172Space and Naval Warfare Systems Command, 4301 Pacific Highway, San
Diego, CA 92110-3127 58 -- TIME DIVISION MULTIPLE ACCESS (TDMA) INTERFACE PROCESSOR (TIP)
SOL N00039-98-R-4003 DUE 091598 POC Ed Wallace (619) 524-7189 WEB:
Click here to download a copy of the RFP.,
http://c4iweb.spawar.navy.mil/02. E-MAIL: Click here to contact the
Contracting Officer via, wallacee@spawar.navy.mil. The Space and Naval
Warfare Systems Command intends to award up to two commercial
contracts for Time Division Multiple Access (TDMA) Interface Processor
(TIP) boards. The TIP provides interconnection between users and the
Navy Extremely High Frequency (EHF) Satellite Communication (SATCOM)
Program (NESP) terminal. Presently the NESP terminal provides a serial
interface to users which forces users to develop their own interface.
TIP provides an Open Systems, i.e., IP (Internet Protocol) interface,
which means users can use the TIP without developing their own special
interface to the NESP terminal, and also supports legacy users such
JTIDS (Joint Tactical Information Display System). It allows those
users to take advantage of EHF MDR capability which includes data rates
to T1 (1.544 MBPS) and survivable communication. Significant
enhancements provided by the TIP over existing communication systems
are supporting net cycle times less than one second and supporting data
rates to T1. These are an approximate two order magnitude improvement
over existing systems. This CBD announcement serves also as the Request
for Proposal (RFP). SPAWAR has placed the SF 1449, the various sections
of the RFP, and the performance specification on the open solicitation
section of the following website: http://c4iweb.spawar.navy.mil/02.
The Government intends to conduct this acquisition in four phases. In
the first phase, the Government will evaluate the proposals, including
all written technical documentation and price documentation, submitted
by all offerors. Offerors will be required to submit at least one
sample TDMA Interface Processor board with their proposals for
Government test and evaluation. The Government will evaluate the
written proposals prior to conducting any evaluations of sample boards.
When this evaluation of the written proposals has been completed, the
Government intends select up to three offerors' TDMA Interface
Processor board for Government evaluation. The second phase is a one
month Government evaluation period of the TDMA Interface Processor
boards provided by the selected offerors. The Government will run test
software on these boards during this evaluation. The evaluation will
also verify the technical information contained in the offerors'
written proposals, assess any additional technical merits that the
offerors claim their boards possess, and demonstrate that the boards
are compatible with the software that will run on them. The third phase
begins after the one month evaluation period. At that time, the
Government intends to award the first production year contract to up to
two of the three offerors who provided processor boards for evaluation.
If the Government evaluation determines that two contracts should be
awarded for the first production year, then these awards will be made
on either a 70/30, 60/40, or 50/50 share ratio, based on the evaluation
results. For the Contractor(s) awarded first year production contracts,
the demonstration board(s) will be counted toward fulfilling the
production quantity. The Government will return the demonstration
board(s) to the Offeror(s) who are not awarded first year production
contracts. In the fourth phase, the Government may choose to exercise
the second through fifth year production options for one or both
existing contracts. The Government reserves the right to exercise no
options and conduct a new procurement as new operational requirements
emerge and as technology advances. The option exercise decision will be
based on the Government's assessment of "best value" based on actual
operational performance during the first year (including logistics and
maintenance) in the fleet, capability of the board to meet evolving
performance requirements that will emerge during the life of the
contract, and price. For all production years, the Government intends
to ask offerors to propose unit prices based on variable quantities. In
the first year production year, those quantities are in ranges of 1-25,
26-50, 51-100, 101-200, and 201-400. The most likely total award
quantity in the first production year is 160 boards. In the second and
third year production options, those quantities are in ranges of 1-25,
26-50, 51-100, 101-200, 201-400, 401-800, and 801-1000. In the fourth
and fifth production options, those quantities are in ranges of 1-25,
26-50, 51-100, 101-200, 201-400, and 401-800. The most likely total
award quantities in the second and third production years are 365 and
395 boards, respectively. The most likely award quantities in the
fourth and fifth years are 245 and 275 boards, respectively. All
questions concerning the RFP can be forwarded either by fax to (619)
524-7158 or via e-mail at wallacee@spawar.navy.mil. Posted 08/31/98
(W-SN244134). (0243) Loren Data Corp. http://www.ld.com (SYN# 0246 19980902\58-0007.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|