Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 16, 2001 PSA #2767
SOLICITATIONS

A -- ARMY AIRBORNE COMMAND AND CONTROL SYSTEM (A2C2S)

Notice Date
January 11, 2001
Contracting Office
U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488, Redstone Arsenal, AL 35898-5280
ZIP Code
35898-5280
Point of Contact
Jeri Kirkpatrick (256) 876-2838 or Dave Ludwig (256) 842-6000
Description
Army Airborne Command and Control System (A2C2S) Purpose: The United States Army, through the Tactical Operations Centers/Air and Missile Defense Command and Control Systems Project Office, Huntsville, Alabama, has a requirement to design, integrate, assemble, test, document, deliver, and support (including but not limited to providing logistical support, technical and engineering support, training, and technical manuals) a standardized A2C2S. The contractor will be required to deliver prototype units, a tabletop A2C2S for the Contractor Test Support Facility (CTSF), a training and demonstration mock-up system, and Low Rate Initial Production (LRIP) units. The Government envisions a Cost Plus Fixed Fee/Cost Plus Incentive Fee contract for this effort. Overview: Hosted on the UH-60L (and newer series) BlackHawk helicopter, the A2C2S is a highly mobile tactical command post that enables the maneuver commander to maintain situational awareness (SA) and to exercise Command and Control (C2) while on the move. It hosts the Army Battle Command System (ABCS) and access to the Tactical Internet for manipulation, storage, management, and analysis of situational awareness information, intelligence data and mission plans. The A2C2S also incorporates a robust communications suite of line-of-sight and non-line-of-sight radios as well as wide-band digital radios. This advanced integration system allows war fighters to exercise C2 of assigned and attached elements and to coordinate with adjacent, supported, and supporting forces via voice and data equipment with battlefield information processing and connectivity. The A2C2S is a critical force multiplier that can be deployed worldwide to support the full spectrum of C2 missions. Scope of Work (SOW): 1. Design Requirement -- The contractor shall design and develop the A2C2S consistent with an overall design requirement based upon the following: a. The contractor's A2C2S design shall incorporate design information available to the contractor in the Government Furnished Information (GFI); and the contractor's design shall provide an overall A2C2S design that meets all SOW, Performance, and Air Worthiness Requirements. b. The contractor shall design modifications to the UH-60L Aircraft necessary for A2C2S application to the aircraft which shall be designated as the "A-Kit". The A-Kits are those components required for system operation that are permanently installed on the aircraft. These aircraft modification kits (i.e., A-Kits) are not transferred from aircraft to aircraft to transfer functionality, but are required to be installed in the "basic" aircraft to affect functionality. The A-Kit shall consist of the following items: (1) antennas and mounts (2) cables and wiring harness (3) power taps (4) mounting hardware (5) integrated cargo floor (6) aircraft interfaces, such as power and structural, and (7) B-Kit interfaces. The A-Kit permits installation of the Mission Equipment Package or B-Kit. Various antennas (currently nine) shall be added to the aircraft (not counting aircraft HF antenna) and a Quick-Erect Antenna Mast for ground is also required. These nine antennas are part of the A-Kit. c. The contractor shall design an A2C2S Mission Equipment Package for the UH-60L Aircraft which shall be designated as the "B-Kit" and the "B-Kit" shall include the design of an A2C2S Maneuver Commander's Environment. The B-Kits are those components required for system operation that are installed in the aircraft to affect functionality. The B-Kit components are transferred from aircraft to aircraft to transfer functionality. The B-Kit shall consist of a Maneuver Commander's Environment (MCE) and an integrated suite of radio communications equipment. The MCE are those components that the system operators physically interact with during mission execution and shall consist of the following: (1) five user stations (2) five crashworthy seats (3) a digital intercommunication system (4) computer(s) or a Multi-Processor Unit (MPU) (5) Keyboard-Video-Mouse (KVM) Switch (6) two common displays, and (7) a printer. As part of the MCE, the contractor shall integrate the following Battlefield Functional Areas of the ABCS software into the B-Kit: MCS; ASAS-RWS; AFATDS; EBC (TOC Server Version), FBCB2, and ISYSCON; in conjunction with required CHS foundation software. The MCE shall be configurable for other than ABCS Software. d. The contractor shall design all hardware and software interfaces necessary for A2C2S design. e. The contractor shall design and provide a Modification Work Order (MWO) and a Technical Data Package (TDP) suitable for use by the Government for A2C2S application to any UH-60L aircraft. f. Performance on the projected A2C2S requirements at the prime or subcontractor level will require access to defense information that is not considered appropriate for release to non-US companies. A2C2S contract performance will require that the contractor have a Secret U.S. issued facility security clearance and be able to receive, generate, and store classified material. The contractor will also be required to provide personnel with secret U.S. issued security clearances for contract performance. Companies not eligible for U.S. clearances and who want to participate as subcontractors would have to request the releasable part of any future RFP by submitting an official request via their embassy to HQDA. 2. A2C2S Unit Requirements. The breakdown of the A2C2S units to be provided by the contractor for this effort is as follows: A2C2S CTSF Laboratory Unit -- The contractor shall provide an A2C2S table-top type CTSF Laboratory Unit meeting all the requirements of the contract and suitable for use in the Government CTSF at Fort Hood, TX, for test, engineering, and support, 1 ea. A2C2S Training/Demonstration Unit -- The contractor shall provide an A2C2S Training/demonstration Unit (A2C2S Training/Demonstration Unit Performance Requirement) suitable for use as a training and demonstration device while meeting the A2C2S performance specifications necessary to optimize performance as an A2C2S training/demo unit, 1 ea. A2C2S Prototype Units -- The contractor shall provide A2C2S Prototype Units meeting all the requirements of the contract, 4 ea. A2C2S LRIP Units -- The contractor shall provide A2C2S LRIP Units meeting all the requirements of the contract, 12 ea. 3. Contract Major Milestone Review. There will be two in the first 15 months. The first being a Preliminary Design Review (PDR) and the second a Critical Design Review (CDR). A Production Readiness Review will be held prior to an LRIP decision. 4. Government Furnished Equipment (GFE). The following items are planned to be GFE: UH-60L Mockup (for retrofit to Contractor's configuration) ABCS Software Radios, Antennas, Mounting brackets, cables (if available) 5. The following will be GFI: Interface Control Document, which defines Antenna location on Aircraft 6. Capability Description: Contractor's responses must exhibit an understanding of the requirement to include a narrative description of the contractor's understanding of the requirements of this acquisition and the manner in which the requirements will be satisfied. Submission of standard company capability brochures will not be accepted as an adequate indication of necessary expertise to perform as a prime contractor for this acquisition. Contractors interested in being the prime contractor for this effort should submit their capability description by mail, data fax or other suitable delivery methods to Jeri Kirkpatrick, (voice)(256) 876-2838, or Dave Ludwig, (voice)(256) 842-6000, (fax)(256) 842-7684, at US Army Aviation and Missile Command, ATTN: AMSAM-AC-SM-C, Redstone Arsenal, Al 35898-5280. Submissions are due 14 days after the posting of this notice.
Record
Loren Data Corp. 20010116/ASOL014.HTM (W-011 SN50A7A6)

A - Research and Development Index  |  Issue Index |
Created on January 11, 2001 by Loren Data Corp. -- info@ld.com