Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 21, 2001 PSA #2792
SOLICITATIONS

58 -- RED/BLACK AUTOMATED SWITCHES

Notice Date
February 16, 2001
Contracting Office
Space and Naval Warfare Systems Command, 4301 Pacific Highway, San Diego, CA 92110-3127
ZIP Code
92110-3127
Solicitation Number
N00039-01-R-2229
Response Due
May 2, 2001
Point of Contact
Mark Lopez, (619) 524-7168, Robert De Visser, (858) 537-0421
E-Mail Address
PCO and Contract Specialist (lopezm@spawar.navy.mil devisser@spawar.navy.mil)
Description
The Space and Naval Warfare Systems Command (SPAWAR), Advanced Automated Tactical Communications Program Office, PMW 179, intends to award either as a 8(a) small business set-aside or as a competitive small business set-aside a contract for production of automated switches for tactical voice communications circuits for new construction U.S. Navy ships. The Red/Black automated switches perform switching and control of clear and encrypted signals between Tactical Voice Terminals (TVT), terminals, encryption devices, multiplexers, modems, radio transmitters and receivers. The automated switches will be controlled by the Element Management System (EMS). The EMS employs Commercial off the Shelf (COTS) technologies and is a PC Windows NT based system, enabling updated technology and establishing an open architecture for future device insertion. The objective of this Request for Information (RFI) is to identify interested and responsible 8a firms or small business firms capable of producing the Red/Black automated switches over the next five years. The NAICS Code for this potential procurement will be 334290 with a size standard of 750 employees or less. It is anticipated that potential offerors will present a mature design that satisfies the performance specification requirements and that can be produced and delivered within approximately six months of contract award or exercise of production options. It is further anticipated that potential offerors will propose a COTS product with descriptions of any unique modifications needed to fulfill the performance requirements for shipboard use. SPAWAR plans to utilize a best value competition for any resulting award. The basic period of performance is expected to cover one production year, with options for four additional production years. Quantities are estimated at 8-15 units per year. Interested 8a and small business sources are requested to identify the technical capabilities of their product to meet the requirement described. Specifically, they are requested to provide the following information: 1. Test data/reports that demonstrate that their switches meet the shipboard environmental requirements for shock and vibration (SPEC Para 3.2.6.6 and 3.2.3.8). 2. Technical documentation on their switches, which demonstrate that their switches have the necessary components to meet the System Quality Factors (SPWC Para 3.2.5 through 3.2.5.3). 3. Technical documentation on their switches, which demonstrate that their switches can interface to the commercial and unique military interfaces (SPEC Para 3.2.1.3.1.1 through 3.2.1.3.1.1.2, TABLE I through XI, APPENDIX B through D). 4. Technical documentation on their MIB and SNMP capabilities (SPEC Para 3.1.3 and Para 3.2.3.9 thru Tec 3.2.3.10). Please provide this information to: lopezm@spawar.navy.mil or Commander, Space and Naval Warfare Systems Command (Attn: Mark Lopez, Code 02-32), 4301 Pacific Highway, OT4 Room 1029, San Diego, CA 92110 no later than Monday, 2 April 2001. Electronic correspondence is preferred. Interested sources are invited to attend a SPAWAR Industry Brief in San Diego at SPAWAR, 4301 Pacific Highway on Tuesday, 13 March 2001 at 0900. The briefing will provide program information, and address common questions. After the briefing, any interested offeror will have an opportunity to discuss its product and ask specific questions in one-on-one sessions with the government. Please notify Jeff Bergdahl; bergdahj@spawar.navy.mil of your plans to attend (please minimize the number of people) by 01 March, and to schedule approximately one-hour one-on-one sessions, if desired. Offerors may be required to demonstrate their offered product functioning in a working environment such that all features can be properly evaluated. Acquisition reforms initiatives, such as oral presentations, will be utilized in order to make the source selection as streamlined as possible. Interested offerors will need to be prepared to proceed interactively and electronically. Award will be based on the Government's best value evaluation of anticipated technical benefits, risk assessment, and price. More explicit evaluation criteria and proposal submission guidelines will be provided with the release of the RFP. The current performance specification can be downloaded from the HQ SPAWAR Business Opportunity Page: https://e-commerce.spawar.navy.mil/. Follow the links to market surveys, subject: Red/Black Switches. Please contact the following with any questions (preferably e-mail with copies to all): Jeff Bergdahl, Project Engineer, Phone 619-524-7979, bergdahj@spawar.navy.mil Mark Lopez, Contracting Officer, Phone 619-524-7168, lopezm@spawar.navy.mil Robert De Visser, Contract Specialist, Phone 858-537-0421, devisser@spawar.navy.mil
Web Link
SPAWAR Business Opportunities Page (e-commerce.spawar.navy.mil)
Record
Loren Data Corp. 20010221/58SOL006.HTM (W-047 SN50D9D7)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on February 16, 2001 by Loren Data Corp. -- info@ld.com