Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2002 FBO #0306
SPECIAL NOTICE

99 -- JTRS-M Industry Day #2 Notice

Notice Date
10/2/2002
 
Notice Type
Special Notice
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
USN-SNOTE-021002-001
 
Description
Commerce Business Daily Announcement for Joint Tactical Radio System Maritime Fixed (JTRS-M/F) Cluster III - Industry Day/One-on-ones POC: Mark Lopez, SPAWAR 02-32, Contracting Officer, (e-mail address: mark.lopez at navy.mil or lopezm at spawar.navy.mil); commercial telephone (619) 524-7168. DESCRIPTION: The Space and Naval Warfare Systems Command (SPAWAR) PMW 179-1 is announcing the second JTRS-Maritime /Fixed Cluster III Industry Day will take place on 23-24 October 2002 and will be held in San Diego at the Booz, Allen, and Hamilton offices located at: Hazard Center 1615 Murray Canyon Rd Suite 220 San Diego, California 92108 Phone - (619) 725-6500 The Industry Day activities will include opening remarks by the JTRS-M /F Program Manager, a JTRS-M/F Program Status Briefing by the Acquisition Program Manager, and also include in-depth industry to government one-on-one sessions. This Industry Day is an open forum and all interested vendors are encouraged to attend. For potential prime/system integrator vendors two hours will be allocated for the one-on-one sessions. For potential subcontractor vendors 1 hour will be allowed. This CBD announcement invites all interested and potential vendors to submit information during the industry to government one-on-one sessions IAW with the below categories. Potential vendors have already been invited to provide information in the form of comments and questions on the draft JTRS M/F System Specification and associated Statement of objectives (SOO). During the one-on-one sessions potential vendors may brief the government on proprietary or non-proprietary information in the following critical categories as it will be deemed procurement sensitive: 1) Proposed system architectures including RF distribution and Control. 2) Engineering approach/technical challenges. 3) System design tradeoffs between threshold and objective requirements. 4) Cost drivers - What particular requirements significantly increase the system cost? 5) Level of effort to Port GFE waveforms. 6) SCA compliant hardware and operating environment issues. 7) Identify key risk areas. 8) Schedule - Design and production timeline. 9) Suggested contract type. 10) Rough Order of Magnitude (ROM) pricing by channel and 4-channel system increment. The anticipated release date for the official JTRS-M/F Block I Request for Proposal (RFP) is in the 4th quarter FY03 timeframe with contract award anticipated in the 2nd quarter FY04. It is estimated that successful offerors will have approximately eighteen 18 months from contract award to provide engineering demonstration models for testing. Background: The objectives of the Joint Tactical Radio System Maritime Fixed (JTRS M/F) Cluster III program is to acquire a family of multi-mode, multi-band, software programmable radios and associated RF distribution and control equipment to support Maritime radio room and Fixed Site replacement and new technology equipment. The intent is to increase operational flexibility, enhance joint interoperability, and reduce life cycle cost. JTRS M/F will be capable of transmitting voice, video, and data while operating in frequency bands from 2 MHz to 2000 MHz with capability to migrate above 2 GHz in the future. In order to facilitate an orderly and cost-effective migration from legacy systems, the new JTRS M/F shall maintain backward compatibility with selected legacy systems and provide a seamless technological transition path to support the next generation radio room. For purposes of this informational request, the JTRS M/F will be defined as a complete end to end communications system with a combination of hardware elements, supporting software infrastructure, and government furnished waveform applications. This system will include all RF distribution and control equipment to support voice, video, and data communications. The JTRS Program is a series of related but independent joint acquisitions. The Army is the Executive Service lead for the joint activities executed by the JPO. The JPO is responsible for defining, developing, validating, and maintaining the SCA and acquiring software waveform applications. The JTRS M/F (Cluster-3) Program Manager (Space and Naval Warfare Systems Command, PMW 179-1) is responsible for developing JTRS M/F hardware and an SCA compliant operating environment to include porting independently acquired waveforms, integrating the waveforms, and fielding the JTRS M/F as a final consolidated product in support of the fleet. One of the key goals of the system is to ensure maximum scalability, modularity, and extensibility across all ship classes and fixed site platforms. However, all responsible parties that can provide data to demonstrate that they may successfully propose/bid to produce the JTRS-M/F system (or subsystems that will support JTRS-M/F) in a free and open competition as called out in the Statement of Objectives (SOO) and Specification are encouraged to attend and actively participate in this Industry Day. Responses indicating vendor interest, scheduling of one-on-ones, and questions shall be e-mailed to Mark Lopez, SPAWAR 02-32, mark.lopez@navy.mil or lopezm@spawar.navy.mil. Questions or requests for additional information must be in writing and e-mailed to Mark Lopez, SPAWAR 02-32, mark.lopez@navy.mil or lopezm@spawar.navy.mil. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender. . LINKURL: http://https://e-commerce.spawar.navy.mil LINKDESC: SPAWAR Business Opportunities web page ADD: mark.lopez@navy.mil EMAILDESC: E-mail address for the Contract Specialist and Contracting Officer
 
Web Link
Click on the link to view the special notice
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navgenint.nsf&whichdoc=C32B4A286D3C439588256C4600607829&editflag=0)
 
Record
SN00180676-W 20021004/021002213435 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.