Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286

ESC/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