|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1999 PSA#2424U.S. Army CECOM, CECOM Acquisition Center, Fort Monmouth, NJ
07703-5008 58 -- JOINT SURVEILLANCE TARGET ATTACK RADAR SYSTEM (JOINT STARS)
JOINT SERVICES WORK STATIONS (JSWS), AN/TSQ-220, WHICH IS A DIRECT
VARIANT AND FULLY COMPATIBLE ITEM OF THE JOINT STARS COMMON GROUND
STATION (CGS), AN/TSQ-179 SOL DAAB07-99-R-L046 POC Point of Contact Mr.
Robert Grasso, Contract Specialist, 732-427-1320, Mr. Arnold Rappaport,
Contracting Officer, 732-532-3428 WEB: Army Business Opportunities
Page, http://abop.monmouth.army.mil. E-MAIL: Robert Grasso,
grassor@mail1.monmouth.army.mil. The US Army Communications and
Electronics Command intends to procure up to 120 each Joint
Surveillance Target Attack Radar System (Joint STARS) Joint Services
Work Stations (JSWS), AN/TSQ-220, which is a direct variant and fully
compatible item of the Joint STARS Common Ground Station (CGS),
AN/TSQ-179. The Common Ground Station Production contract was awarded
under a best value competition to Motorola, Scottsdale, AZ in December
1995. The JSTARS Major Weapon System program was in development for 12
years with Motorola prior to the competitive production award. The CGS
production contract will continue through Oct 30, 2009. The JSWS will
be procured to fill a requirement associated with the evolving CGS
baseline for a non-sheltered Work Station. The JSWS will be configured
from CGS based Commercial Off the Shelf (COTS) hardware and software
components. A portion of the software components are proprietary to
Motorola, Inc. The JSWS and CGS will have a common software baseline.
Solicitation will be issued on a Sole Source basis per FAR
6.302-1(a)(1) "Only One Responsible Source". Motorola, Systems
Solutions Group, 8201 E McDowell Road, Scottsdale, AZ 85252-1417, cage
code 94990 is the intended source. The Government does not possess
complete hardware and software information or the full system
configuration tree with commercial part numbers to offer to other
companies. Motorola is responsible for configuration control of the CGS
below the CGS system specification and has internal control of the part
identification, which changes over time. The JSWS is required to
provide identical operational human interface and technical results as
is provided by the CGS. The period of performance will be from October
1999 until October 2004. The contract type will be a Firm Fixed Price
delivery order type (Indefinite Delivery/Indefinite Quantity). The
contract will contain an initial year order range of 1-17 JSWS units,
for development and testing of the JSWS hardware and software in
laboratory and operational environments. The contract will also include
four (4) one (1) year Low Rate Initial Production options whereby the
Government can purchase 1-103 JSWS units in total. The contract will
include the option for the Government to lease up to six (6) units from
each LRIP production option year for a total of thirty (30) JSWS units.
The testing and development units, the LRIP production units and the
leased JSWS units will comprise the total quantity (120 each JSWS) that
may be awarded for under this contract. The contract will also contain
provisions for the delivery of spares, manuals, training/logistics
data, consumables, and commercial type warranty. The procurement will
be evaluated and negotiated/awarded under FAR Part 12 guidance for
"Acquisition of Commercial Items". Note 22 is applicable to this
proposed acquisition. The Solicitation and all related documents will
be posted to http://abop.monmouth.army.mil (Army Business Opportunities
Page) in approximately 2 weeks. Offerors are responsible for monitoring
this site for the release of the solicitation and any amendments. Oral
responses will not be via the same means. Posted 08/31/99
(W-SN374635). (0243) Loren Data Corp. http://www.ld.com (SYN# 0255 19990902\58-0005.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|