Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2003 FBO #0455
MODIFICATION

70 -- Presolicitation Synopsis for Common Hardware/Software Systems (CHS-3)

Notice Date
2/28/2003
 
Notice Type
Modification
 
Contracting Office
US Army Aviation and Missile Command DAAH01, ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
DAAH01-02-R-0225
 
Response Due
3/20/2003
 
Archive Date
5/19/2003
 
Point of Contact
Roderick Matthews, 256-842-7693
 
E-Mail Address
US Army Aviation and Missile Command DAAH01
(rod.matthews@redstone.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 5303, Redstone, Arsenal, AL 35898-5280 SUBJECT: Common Hardware/Software-3 (CHS-3) The United States Army, through the Tactical Operations Centers/Air and Missile Defense Command and Control Systems Project Office, Huntsville, Alabama, has a requirement for a full and open competitive solicitation for offers for the Common Hardware/Softw are-3 procurement, which will be issued by the U.S. Army AMCOM, Acquisition Center, Redstone Arsenal, Alabama. The CHS-3 procurement is planned to be a competitively awarded, Best Value Indefinite Delivery/Indefinite Quantity (IDIQ) firm fixed price 10 ye ar contract. The CHS-3 procurement will also include a Time and Materials (T&M) portion for Technical Assistance and Support Services (TASS). All items on the CHS-3 contract may be purchased by other Army, DoD, and Federal Agencies. OFFERORS ARE ADVISED THAT PERFORMANCE ON THIS PROPOSED CONTRACT WILL REQUIRE ACCESS TO DEFENSE INFORMATION/EQUIPMENT THAT IS NOT CONSIDERED APPROPRIATE FOR RELEASE TO NON-U.S. COMPANIES. THEREFORE, PARTICIPATION AT THE PRIME CONTRACTOR LEVEL IS RESTRICTED TO U.S. COMPANIES AND REQUESTS FROM FOREIGN INDUSTRY WILL NOT BE HONORED. CHS-3 is planned to be an interoperable family of modular building blocks of Non-Developmental Item (NDI) computer hardware, software, and peripheral products based on an open systems architecture. Hardware will be procured in three versions (V1 commercia l, V2 ruggedized, and V3 near Mil Specs). The contract will require at least a 5 year warranty from date of delivery. First Article testing and qualification testing are required for certain equipment prior to delivery and acceptance by the Government. It is the goal of the CHS-3 Program to preserve the investment in software already developed and deployed by the ABCS system developers. Mission software interoperability has always been a concern to the Army as hardware design and capabilities have evolv ed. The SOW defines hardware requirements intended to maximize the portability of the existing CHS-2 mission software to CHS-3 products with minimum or no breakage. The contractor will be required to provide world wide technical assistance and support ser vices, technical assistance to address CHS-3 integration problems, equipment installation, CHS-3 software development, software and hardware maintenance, material fielding support, and test support. Contractor support in CONUS and OCONUS locations in supp ort of national policy will also be required. The contractor will also be required to establish four Forward Repair Centers and three satellite repair centers in various CONUS and OCONUS locations. Points of contact for this requirement are Contract specialists, Dorphelia Wherry at 256-876-2838, dorphelia.wherry@redstone.army.mil and Ted Arterberry at 256-842-7685, ted.arterberry@redstone.army.mil and Contracting Officer, Roderick Matthews at 256-84 2-7693, Rod.matthews@redstone.army.mil .
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAH01/DAAH01-02-R-0225/listing.html)
 
Place of Performance
Address: US Army Aviation and Missile Command DAAH01 ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN00267500-F 20030302/030301141609 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.