Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2002 FBO #0059
SOURCES SOUGHT

D -- Market Survey for System Integrator & Service Provider. Applique Computers, related System Integration & Support Services. Force Twenty-One, Battle Command, Brigade and Below (FBCB2) System

Notice Date
1/25/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
DAAB07-02-R-E203
 
Response Due
2/28/2002
 
Archive Date
3/30/2002
 
Point of Contact
Simone Lucy, 732-427-1538
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center
(Simone.Lucy@mail1.monmouth.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Government requires a System Integrator and Service Provider for the management of the Appliqu? Computers, and related System Integration and Support Services, as a part of the Force Twenty-One, Battle Command, Brigade and Below (FBCB2) System. The go vernment intends to acquire approximately 1,500 to 3,000 Appliqu? computers per year, and the platform unique installation kits, installation services, training, site operations, field support and maintenance of these systems. The Appliqu? computer is a ru ggedized computer system, which consists of a CPU Unit, a display unit, a removeable Hard Disk Drive and detachable Keyboard unit. The CPU should contain a current year technology processor, a minimum of 512 MB of RAM, minimum 10 GB removeable Hard Drive and a full complement of I/O ports and interfaces. The display unit is a minimum 256 color LCD with a minimum 800 x 600 pixel resolution. The display has an internal touchscreen capability, and is fully sunlight readable in bright sunshine, with brightn ess level that is gradually adjustable from full brightness to total blackout conditions for night time operations. The Keyboard unit uses a standard 84 key QWERTY layout, which is hot pluggable into the Display unit. It also incorporates backlight of keys , which provides the user a range of brightness adjustments and full blackout capabilities. The computer system must be capable of running the Solaris X.86 version 8.0 operating system and FBCB2 application software version. A detailed performance specifi cation can be provided upon request to the Government POCs. The Government POCs are Major Eric Piatt, 732-427-4061 and Mr. Joseph Hill, 732-427-2862. This effort is anticipated to begin in November 2002 and is a five-year effort. This acquisition for t he PM Force Twenty-One, Battle Command, Brigade and Below (FBCB2) is to continue the ongoing Low Rate Initial Production (LRIP) effort, to continue to implement the Army?s objective of digitizing the battlefield, and may transition to become the Full Rate Production (FRP) contract for the program. This procurement is subject to Full and Open competition. TRW, Tactical Systems, Systems and Information Technology Group, Carson, CA is the incumbent on the initial LRIP effort which ends January 2003. TRW is the software developer under a separate Systems Engineering and Integration contract. The subcontracted computer manufacturers are Northup-Grumman located in San Diego, California and Paravant located in Melbourne, Florida. The contract will be an IDIQ c ontract consisting of a five-year effort, spanning the 2003- 2008 years. The contract type is expected to be Fixed Price Incentive (FPI) for the hardware and selected services, FFP for data and appropriate services, with T&M for selected support services and tasks. This contract will be awarded to a System Integrator and Service provider, who will take the most current version of GFE FBCB2 software, load it onto either subcontracted or GFE computer hardware, install on various platforms and perform the sup port services as required at various site locations. To mitigate the Government?s risk in the area of hardware production, the first two years of this effort will be performed using computer hardware that is to be produced by one of the successful initial subcontracted LRIP manufacturers. The System Integrator and Service provider will conduct a competition for a potential second source of computer hardware using a government coordinated performance specification during the first year of this effort, comp lete a first article qualification and reliability test prior to a source selection. The second year of the effort the computer buy may be 75% awarded to the successful LRIP manufacturer, with the winner of the source selection potentially subject up to 2 5% of this years buy. During the remaining years of the procurement, the System Integrator and Service Provider may determine the computer hardware source. A ward is anticipated in November 2002, with initial deliveries of computer hardware in June 2003, with support services, training and site operations beginning in January 2003. Installation schedules will be established yearly, with site operations anticip ated at Ft Hood, Ft Lewis and other locations. Respondents should specifically address their capability to provide all the above mentioned services and activities at the various location required, how they would conduct a competition for a potential secon d source of computer hardware using a government coordinated performance specification during the first year of this effort, and how the Service Provider would meet the government?s need for a Total System Integrator. Respones should be mailed to U.S. Arm y, CECOM Acquisition Center, AMSEL-ACCB-RT-K(MAT), Fort Monmouth, NJ 07703-5008 or emailed to Alex.Matejka@mail1.monmouth.army.mil.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Communications-Electronics Command, Acquisition Center ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN20020130/00019664-020128210556 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.