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
SPECIAL NOTICE

99 -- Joint Tactical Radio System-Fixed Maritime (Cluster III)

Notice Date
2/28/2003
 
Notice Type
Special Notice
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Archive Date
3/22/2003
 
Description
Commerce Business Daily Notice of Modified Advisory Multi-Step Process and Postponement of Industry Day for Joint Tactical Radio System ? Maritime/Fixed Site (JTRS-M/F) Cluster 3. IT ALSO INCLUDES ADDITIONAL QUESTIONS RELATED TO NETWORK PERFORMANCE AND MANAGEMENT OF THE JTRS M/F. POC: Mark Lopez, SPAWAR 02-32, Contracting Officer, (e-mail address: mark.lopez@navy.mil); commercial telephone (619) 524-7168. DESCRIPTION: This CBD announcement is to publicize postponement of the previously planned JTRS-M/F (Cluster 3) Industry Day, scheduled for 11-13 March 2003. A new date and time for this Industry Day is to be determined and will be publicized through a future announcement. Despite the postponement of the JTRS-M/F Industry Day, RFI responses to the previously released CBD announcement (dated February 6, 2003, FBO#0433) will still be evaluated. As stated in the February 6, 2003 CBD announcement, these RFI responses will allow the government to evaluate and advise the respondents about their potential to be viable competitors IAW FAR 15.202 (i.e. Advisory Multi-Step Process) for the JTRS-M/F system development and procurement. The government will not evaluate submitted information if it only concerns a part of the JTRS-M/F System, e.g. only the radio. Submittals must address the entire JTRS-M/F system. In addition to the information requested in the February 6, 2003 CBD announcement, Prime System Level potential offerors are requested to provide to the government an additional twenty (20) page limit (total) response addressing the following supplemental areas: S1. The JTRS-M/F program office requires information regarding how to fulfill the JTRS JORD networking requirements. Describe the approach for incorporating each of the networking performance and management requirements discussed in sections 3.1.5 and 3.1.6 of the System Specification into your proposed JTRS-M/F system. Address the viability of having this functionality internal to the JTR and if there are any potential impacts to the JPO waveforms (e.g. WNW, Link16, DWTS, etc.). Discuss the viability for providing a single point of entry for each security enclave through an additional Layer 3 network switch/router that meets US Military data communication network (e.g. the Navy?s ADNS) protocols. Describe your system implementation of the IP/open system interconnections (OSI) routing services (minimum of OSPF Version 2), multiple OSPF processes, quality of service (QoS), protocol translations (e.g. X25), WAN interface support (e.g. ATM), and PPP services. Describe your system approach for the implementation of quality of service (QoS) functionality to include QoS configuration and maintenance, signaling, policy and shaping, congestion management, and congestion avoidance into the above-mentioned routers. Address the viability of also providing Dynamic QoS (DQoS) functionality into the routers. Additional information desired (and not subject to the page limit) by the government for informational purposes is: S2. Modified Cluster 3 Schedule to incorporate networking requirements ? Provide an executive type schedule that portrays the efforts planned in order to deliver the Cluster 3 (as modified by this RFI). Identify the level of schedule risk associated with the proposed schedule. In the event the offeror believes the proposed schedule to be of high risk, provide a schedule of low to moderate risk. S3. ROM cost of Delivered baseline Cluster 3 system (as modified by this RFI) ? Provide an estimated production price of a Cluster 3 system for DDG-51 class ship with a breakdown of the major equipment/cost areas. Questions S2 & S3 are for informational purposes only and will not be subject to evaluation. Responses that demonstrate technically viable solutions will receive letters stating that they are considered viable contenders in the forthcoming competition. Responses that do not demonstrate technically viable solutions will be so advised with rationale on why their response is considered not viable. Partial system component solutions will not be evaluated. All evaluated criteria (i.e., criteria 1-5 specified in the February 6, 2003 CBD announcement and the supplemental criteria S1 annotated above) are of equal importance. This evaluation notwithstanding, the potential offeror is not precluded from participating in the resultant acquisition. Nothing submitted in response to this synopsis will be used for evaluation purposes once the final RFP is released. Space and Naval Warfare Systems Command (SPAWAR) plans to use non-government experts to provide advice in conjunction with the evaluation of the responses received to this notice as well as the responses received on 28 February 2003. Non-disclosure agreements will be executed with the companies and their personnel providing JTRS-M/F support to SPAWAR. SPAWAR currently plans to use personnel from: Booz Allen Hamilton (BAH) Science Applications International Corporation (SAIC) Scientific Research Corporation (SRC) Titan Corporation If non-government experts from companies other than those listed above are asked to support JTRS-M/F, an amendment to this pre-solicitation notice will be issued. If the offeror has any objection to any of the above listed firms having access to the offerors multi-step advisory proposal and assisting the government during the evaluation process, it must notify the Contracting Officer of the objection and provide reason for the objection. In the case of responses received 28 February 2003 any objections are requested as soon as possible. In the case of responses received to this additional multi-step advisory notice any objections are requested no later than the due date of the responses. If the offeror does not object to the above firms assisting in reviewing its submittal, the offeror shall either: 1. Include on the cover page of the offeror's response the statement: ?(Insert Offeror name) consents to (Company - insert company names) viewing, for evaluation purposes, the information contained in this response to the JTRS-MF multi-step advisory pre-solicitation notice.? 2. Submit separate correspondence consenting to the above firms viewing, for evaluation purposes, the information the offeror submits in response to the JTRS-M/F multi-step advisory pre-solicitation notice. This correspondence shall be submitted to the Contracting Officer identified below. Responses to this additional Multi-Step Advisory RFI must be delivered in writing by 1600 EST on 27 March 2003 to the following address: Commander, Space and Naval Warfare Systems Command, 4301 Pacific Highway, San Diego, CA 92110-3127, Attn: Mark Lopez, Code 02-23. Alternatively, this additional information can be submitted electronically by 1600 EST on 27 March 2003 to mark.lopez@navy.mil. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, all Prime System Level responsible parties that can provide data to demonstrate that they may successfully propose/bid to produce the JTRS-M/F system in a full and open competition as called out in the Specification are encouraged to submit responses to this RFI. Responses indicating vendor interest, scheduling of one-on-ones, and questions shall be e-mailed to Mark Lopez, SPAWAR 02-23, mark.lopez@navy.mil or lopezm@spawar.navy.mil. Questions or requests for additional information must be in writing or e-mailed to Mark Lopez, SPAWAR 02-32, mark.lopez@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.
 
Web Link
Click on the link to view the special notice
(http://www.eps.gov/spg/DON/SPAWAR/SPAWARHQ/DON-SNOTE-030228-001/listing.html)
 
Record
SN00267799-F 20030302/030301141829 (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.