Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 18,2000 PSA#2603

Space and Naval Warfare Systems Command, 4301 Pacific Highway, San Diego, CA 92110-3127

58 -- AUTOMATED FREQUENCY DISTRIBUTION SYSTEM -- MARITIME (ARDS-M) -- NOTICE OF ADVISORY MULTI-STEP PROCESS AND INDUSTRY DAY SOL N00039-99-R-3220 POC Karl Moeller, (619)553-3780 WEB: Click here for the SPAWAR Business Opportunities Web, http://e-commerce.spawar.navy.mil. E-MAIL: Click here to schedule ARDS-M Industry Day via email, moeller@spawar.navy.mil. The Navy has set forth an Automated Radio Frequency Distribution System -- Maritime (ARDS-M) initiative under the Digital Modular Radio (DMR) program to upgrade RF distribution systems coincident with DMR fielding in an effort to (1) improve the efficiency of radio room operations, (2) improve communications performance, and (3) provide for new communications capabilities. Historically, each Navy RF circuit was serviced by a stand-alone system that consisted of a single-function radio hardwired to a narrowband antenna multi-coupler and antenna system. Adding a new communication capability frequently required adding a completely new radio, multi-coupler, antenna(s) and logistic trail. The DMR is a software programmable radio that can tune continuously from 2 MegaHertz (MHz) to 2000 MHz for transmit and 0.1 MHz to 2000 MHz for receive. Each DMR consists of four independent RF channels. Each RF channel can be configured within minutes to provide any required waveform (including HF, VHF LOS FM, SINCGARSfrequency hopping, UHF LOS wideband AM, and UHF SATCOM DAMA). New waveforms can be added in the field with a software upgrade. The flexibility offered by the DMR clearly creates the opportunity for new communication capabilities, but only if supported by an automated RF Distribution as proposed under ARDS-M. Recognizing the technology required versus the technology available the ARDS-M initiative has been designed with a spiral acquisition strategy; mixing incremental non-developmental acquisition with incremental developmental acquisition to evolve the system architecture and capability through insertion of next generation technology. To this end the Space and Naval Warfare Systems Command, Advance Automated Tactical Communications Program Office, PMW 179, 4301 Pacific Highway, San Diego, CA 92110-3127 intends to solicit for an award one or more contracts, and is seeking potential sources to supply the Navy with hardware and software to cover immediate non-development requirements and an a evolutionary development and acquisition path. ARDS-M will provide for a High Frequency (HF)/Very High Frequency (VHF)/Ultra High Frequency (UHF) Line of Sight (LOS) and Satellite Communications (SATCOM) and will interface only with Digital Modular Radios (DMRs). The non-developmental ARDS-M procurement is designed to provide, to the maximum extent possible with available technology and equipment, an automated architecture for LOS and UHF SATCOM communications at frequencies between 2 MHz and 400 MHz transmit and 100 KHz and 400 MHz receive, which can be expanded to accommodate all communications from 0.1 MHz to 2000 MHz and merged with developmental ARDS-M technology. The ARDS-M system will be added to LOS and UHF SATCOM communication system designs for all new construction ships and incorporated into backfit ships as part of the fleet modernization program. The ARDS-M system will only be operated with DMRs and would nominally consist of automated NxN RF switches, narrowband VHF/UHF power amplifiers, couplers, multi-couplers, cosite mitigation. HF ARDS-M will consist of broadband transmit and receive subsystems for ship classes that are capable of supporting the installation of broadband transmit antennas. HF ARDS-M for other ship classes will consist of narrowband transmit subsystem and a broadband receive subsystem. It is assumed that the shipboard antennas will consist of multiple broadband antennas over the desired operating band. The first developmental phase will commence in FY 2002. Together, DMRs and ARDS-M should: (1) improve efficiency by providing for radio room automation and significantly improving fault isolation, operations and monitoring, (2) enhance LOS communications range, (3) increase the number of frequency hopping waveforms (including SINCGARS, HAVEQUICK, and SATURN) which can be used simultaneously, (4) support advanced capabilities such as waveform crossbanding, simulcasting operations, and spread spectrum wireless networking, and (5) provide increased reliability and flexibility. (6) be an open-architecture, modular, software reconfigurable / programmable and scaleable. (7) support communications security requirements (8) provide analog/digital interfaces (9) operate from a single point of control (10) be easily maintainable (11) have low life-cycle costs (12) have growth capabilities to meet future needs through software and hardware upgrades. The anticipated release date for the official RFP is September 2000 with contract award approximately in March 2001. Near term hardware requirements will be procured on a firm fixed price basis. Development effort may be performed on either some form of cost reimbursement or fixed price incentive basis depending upon the degree of cost and technical risk identified with the development effort. Subsequent hardware requirements based upon the development effort will be procured on a firm fixed price basis. The contractor will have twelve months from contract award to provide first article units for testing. A draft copy of the ARDS-M Specification is located at the SPAWAR contracts website. Because it does not include HF yet the government is providing a copy of the HFRG HFBCS and HFSST specification at the same web site. This CBD announcement is to invite potential offerors to submit information that allows the government to evaluate and advise the respondents about their potential to be viable competitors IAW FAR 15.202 (i.e. Advisory Multi-Step Process) and provide their submissions to the government team two weeks after the the ARDS-M Industry Day. ARDS-M Industry Day: Scheduled for 13-15 June 2000, commencing at 0830, at the Booz, Allen and Hamilton Inc. Conference Facility, 1615 Murray Canyon Road, 8th Floor, San Diego, CA. A map to the Booz Allen and Hamilton facility is posted on the SPAWAR Business Opportunities web page under Future Opportunites, SPAWAR Headquarters, as an attachment to RFP 00039-99-R-3220 at http://e-commerce.spawar.navy.mil. The morning of 13 June will be a general audience brief by the government on the DMR and ARDS-M program at which time the government will entertain general questions. The 14th and 15th of June is reserved for one-on-one discussions with the government team. Each offeror is invited to schedule a 45 minute block of time to present their products or ideas that they believe relevant to the ARDS-M solicitation. Additionally, each offeror will be allowed to ask questions of the government team. All questions and answers will be posted to the government web site in non-attributional format. Each offeror should contact Karl Moeller at (619) 553-3780 to schedule a 45 minute block of time between the morning of 14 June to the close of business of 15 June. Each vendor is limited to 2 persons in attendance for the general briefing and the one-on-one discussions. Advisory Multi-Step Process (FAR 15.202): Having heard amplifying information on the ARDS-M program at Industry Day each potential offeror is invited to provide to the government a forty (40) page limit (total) response to this part of the CBD announcement in the following categories: 1) Current NDI Products relevant to this solicitation -- Specifically, provide information on the availability of your current NDI products and the extent of any modifications required to meet the requirements relevant to the forthcoming solicitation to include for each applicable product: a. Manufacturer: b. Is the Manufacturer a Small or Disadvantaged Business: c. Describe product (attach pictures, block diagrams, specification, etc.): d. Produce Dimensions, Weight, Power Consumption, Special Installation Requirements: e. Number of Units Sold and Shipped in 1998, 1999, 2000 (to date and projected): f. Average Cost of Units during each of these years (1998, 1999, and 2000): g. Product Introduction Date: h. Product Upgrade and/or Modification dates and descriptions (include planned modifications): i. Does the product meet MIL-STDs for shock, vibration, ENV, EMI? j. Does the product cover the entire 30-400 MHz frequency range? If not, can it be scaled to meet this frequency range with a single unit? ? If not, can it be scaled to meet this frequency range with multiple unit (describe the frequency coverages)? Can the produce be modified to meet the HF requirement? k. Briefly describe the proposed modifications for this product for ARDS-M l. Describe the Performance Monitoring and BIT features: m. What is the MTBF, MTBR, and Availability? n. Describe the Maintenance Method ? o. Do you offer a warranty with your product? Please describe it. p. Describe the Test and Evaluation Method used before shipping this product: q. Please describe any relevant Navy experience within the Manufacturer. 2) Baseline Requirements -- Demonstrate your ability to provide the desired capability using NDI products and discuss the risk to accomplish the baseline requirements and how these risks will be overcome. 3) Plan to transition non-developmental ARDS-M to developmental ARDS-M (if applicable) 4) ARDS-M Schedule -- Provide an executive type schedule that portrays the efforts planned in order to deliver the ARDS-Ms IAW with the schedule noted above. 5) Price of Delivered baseline ARDS-M -- Provide an estimated price of a ARDS-M system for LPD-17 and DDG-51 class ships. 6) Recommended contract type with rationale for development and non-development phases. Each of the preceding categories will be evaluated (equal importance) based on the following: Exceptional -- The potential offeror's information submitted meets or exceeds all of the requirements of the evaluation categories with no significant exceptions and little or no risk. Placement in this category should be accomplished by identification of specific advantages to the government. The information provided displays the highest level of innovation, technical competence and minimal technical risk. Acceptable -- The potential offeror's information submitted generally meets most of the requirements of the evaluation categories. The information submitted directly addresses the above criteria, but a certain element of risk is evident. Unacceptable—The potential offeror's information submitted does not meet the evaluation requirements. Potential offerors who receive a score of at least "acceptable" in each of the evaluation categories will receive letters stating that they can be expected to be viable contenders for forthcoming competition. All others will receive letters stating that they are not considered viable contenders. Nothing submitted in response to this synopsis will be used for evaluation purposes once the final RFP is released. Proposed prices can change dramatically during the course of a competition. Therefore, estimated prices will not be evaluated as part of the viability decision. However, the Government will notify potential offerors whose prices appear exceedingly high or unrealistically low. Responses to the Multi-Step Advisory must be received by 1600 EST on 29 June 2000 in writing and delivered to the following address: Commander, Space and Naval Warfare Systems Command, 4301 Pacific Highway, San Diego, CA 92110-3127, Attn:Mark Lopez, Code 02-32. Posted 05/16/00 (W-SN455602). (0137)

Loren Data Corp. http://www.ld.com (SYN# 0272 20000518\58-0007.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page