Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 19,1999 PSA#2306

Defense 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