|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286ESC/MCK, 50 Griffiss St., Hanscom AFB, MA 01731-1620 58 -- MARKET SURVEY FOR PRODUCTION READY COMMERCIAL
MULTI-BAND/MULTI-MODE TERMINALS POC Mr Joseph Zimmerman, Contracting
Officer, (781) 271-6279; Contract Specialist: Mr. Stephen DiLustro,
(781)271-6283. WEB: ESC Business Opportunities Web Page,
http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the POC,
zimmermanj@hanscom.af.mil; dilustros@hanscom.af.mil. The MILSATCOM
Terminals Program Office (ESC/MCP), at Electronic Systems Center,
Hanscom AFB, MA is conducting a market survey of the availability of
commercial multi-band/multi-mode terminals which comply with
MIL-STD-188-181, MIL-STD-188-182, MIL-STD-188-183, and ESC/MCP
requirements document (to be developed). The basic terminal requirement
is for a rugged, militarized manpack radio system. The baseline
performance parameters for the terminal include: an operating frequency
range of 30 to 399.975 MHz; both amplitude and frequency modulation
(AM/FM) modes of operation; Ultra High Frequency (UHF) dedicated and
Demand Assigned Multiple Access (DAMA) SATCOM capabilities (per
MIL-STD-188-181, 182, and 183); SINCGARS capabilities; HAVEQUICK I & II
capabilities; embedded voice processing: wideband Continuos Variable
Slope Delta (CVSD), and narrowband Linear Predictive Coding (LPC-10);
and embedded Communications Security (COMSEC) for voice and data,
compatible with KG-84, KYV-5 and KY57/58. National Security Agency
(NSA) endorsement and Joint Interoperability Test Command (JITC)
certification of the terminal operation will be the sole responsibility
of the offeror, and a condition for acceptance. The Government desires
that offerors' products be previously NSA endorsed and JITC certified.
If however, the required certifications have not been obtained by
receipt of proposals, the offerors will be allowed to describe in
detail their plan and schedule for obtaining these certifications prior
to delivery of the initial production units. Additionally, the overall
terminal size and weight will not exceed 460 cubic inches and 20
pounds respectively, including battery box and batteries. The terminal
will be capable of being reprogrammed through an external load port or
via common reprogramming software at the organizational (on-site)
level. Approximately 700 of these terminals are needed to meet Tactical
Air Control Party (TACP) Modernization program requirements. The
Government's objective is to take advantage of existing, ongoing
industry initiatives in the area of radio technologies to satisfy
threshold performance/operational requirements without a Government
funded development program. The Government anticipates, upon conclusion
of a source selection, the award of a Firm-Fixed Price (FFP) Indefinite
Delivery Indefinite Quantity (IDIQ) contract for commercial items in
accordance with FAR Part 12. The Government anticipates the FFP
contract will include a five (5) year hardware-ordering period, ten
(10) years of Contractor Logistics Support (CLS), and priced options
for spares and training. The Government anticipates a first year
purchase of 200 terminals. Subsequent orders will be dependent upon
yearly approval of a Joint Tactical Radio System (JTRS) waiver from
OSD/ASD (C3I). This notice is a MARKET SURVEY ONLY. Interested vendors
shall submit in writing, within fifteen (15) working days of
publication of this announcement, a statement of interest and shall
provide the following: specifications; design information, if
available; and development/ availability schedule, including UHF DAMA
compliance certification IAW the MIL-STDs, performance validation,
environmental qualification, and NSA endorsement for COMSEC/TRANSEC
embedded devices. Vendors shall include their capability to provide
integrated logistics support including depot level maintenance. Vendors
shall clearly state if their products can support additional features
(e.g. EPLRS, HF, UHF Public Service, etc.). Vendor responses are not to
exceed ten (10) pages. The Government will use the information obtained
from this market survey to evaluate the capabilities of the
marketplace. This synopsis does not constitute a Request for Proposal
(RFP) or an Invitation for Bid (IFB) and is not intended to be
construed as a commitment by the Government. Respondents to this survey
should identify whether they are a large or small business and provide
their company's name, address, telephone number, and a Point of
Contact (POC). Any proprietary information submitted should be
identified as such. The Government will not reimburse respondents for
any cost associated with submission of the information being requested
or reimburse expenses incurred to interested parties for responses to
this survey. For planning purposes, if the Government determines that
an existing contract doesn't satisfy Governent need/requirements, then
the Government plans to release an RFP in the second quarter of
calendar year 1999 with a contract award scheduled for the fourth
quarter of calendar year 1999. Please provide the requested information
not latter than COB 1 March 1999. Facsimile (781) 271-6149 or e-mail
(Dilustros@hanscom.af.mil) responses are acceptable. Responses are to
be addressed (via mail) to: ESC/MCK, 50 Griffiss St., Hanscom AFB MA
01731-1620, ATTN: Mr. Stephen DiLustro or (via commercial delivery
service) to: The MITRE Corporation, Lobby Bldg. M, 202 Burlington Road,
Bedford MA 01730, ATTN: Mr. Stephen DiLustro (ESC/MCK). No telephone
responses will be accepted. Posted 02/11/99 (D-SN297769). (0042) Loren Data Corp. http://www.ld.com (SYN# 0359 19990219\58-0008.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|