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