|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 19,1999 PSA#2306Defense Information Systems Agency, DITCO-NCR, 701 South Court House
Road, Arlington, VA 22204-2199 58 -- COMMUNICATION, DETECTION, & COHERENT RADIATION EQUIPMENT DUE
040999 POC Contract Specialist, Danny Lester, (703) 607-4607 The
purpose of this amendment is to correct the name of the Contract
Specialist POC as noted in the original submission for this Request for
Information. The changes are noted in the following text and the
closing date for receipt of information is NOT extended at this time.
The Defense Information Systems Agency is soliciting industry input on
innovative technologies and solutions to meet requirements for the
potential procurement of multiple Deployable Communications Systems.
Each system must be deployable anywhere in the world and be capable of
establishing voice and paging networks among all its users. Each
system will enable up to 8 functional groups to simultaneously
establish dedicated, private (type III security as a minimum) networks
which allows instantaneous voice communications between its members.
Each functional group may have up to 40 users and each user must have
the ability to easily switch from one network to another. The paging
network will encompass users from all functional groups.The ability to
provide full duplex secure (Type I) voice communications within a
functional group is a requirement. The ability for a user to gain acess
to the public switched network (voice telephone) is also a requirement.
Alternative solutions, including Land Mobile Radio, satellite,
cellular, and/or other wireless techniques for providing the
connectivity and/or relay capabilities for the different networks, will
be considered. All frequency bands should be in systems alternatives.
Conformance to applicable DoD, Federal, and commercial standards and
mandates will be required. The coverage area for each system varies
from deployed location to deployed location, depending on the sites
(number, size, location, setting, etc.) and the distance between sites.
A deployed location may encompass up to 6 sites. A site could be
within, or in the immediate vicinity of, a single large building or in
any open area up to two square miles. Separation between sites could
be from 2-100 miles. The coverage within each mustbe continuous (100%
coverage) including potentially underground, in buildings, etc. The
networks require 100% coverage between sites for a mobile caravan
traveling from site to site. Each system will include a master control
center to monitor the different networks, and, if necessary, to
perform relay functions for users at different sites. In addition, each
site would have a smaller network control center to monitor activities
within that site, as well as, for possibly providing relay functions.
Systems being considered as part of this procurement include portable,
on the belt, and mobile (vehicle and aircraft installed) terminals and
their supporting infrastructure (antennas, etc.). The control center
locations will be stationary through a given deployment. System
components must be configurable to operate in any functional group's
network. Scalability is a key attribute given in the diversity of
potential operating scenarios. Performance requirements will emphasize
minimum size, weight, and manpower to support shipping, transport,
deployment, and onsite operation. Minimizing installation and setup
time is a primary consideration. Systems are required to operate in the
event of interruption or unavailability of local power. Demonstrated
rugged design of all equipment is essential to provide high
reliability. High voice quality through all possible connections is
essential including switched public network connectivity. Automated
frequency assignment and reassignment, establishment of connections,
onsite system performance, and other functions (monitoring, testing,
and troubleshooting) are highly desirable. The Government will require
training for the users of this system. Innovative training concepts
(i.e. CBT) will be considered. Information is to be supplied to
DITCO-NCR, Attn: DTN4 (Danny Lester), 701 S., Court House Road,
Building T-5, Arlington, VA 22204-2199 until 2PM (local time) 9 April
1999. Information may be provided vial facsimile (703-607-4611). This
is a request for information only. The Contractor shall include phone
numbers and names for points of contact.The point of contact for
information regarding this Request for Information is Danny Lester
(Contract Specialist) at (703) 607-4607. The FAR Clause is applicable
to, FAR 52.215-3 REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING
PURPOSES (OCT 1997). (a) The Government does not intend to award a
contract on the basis of this solicitation or to otherwise pay for the
information solicited except as an allowable cost under contracts as
provided in subsection 31.205-18, Bid and proposal costs, of the
Federal Acquisition Regulation. (b) Although "proposal" and "offerors"
are used in this Request for Information, your response will be
treated as information only. It shall not be used as a proposal. (c)
This solicitation is issued for the purpose of obtaining information
concerning Deployable Communications Systems. Posted 03/17/99
(W-SN309626). (0076) Loren Data Corp. http://www.ld.com (SYN# 0262 19990319\58-0007.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|