Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2003 FBO #0527
MODIFICATION

58 -- Extention to Sources Sought

Notice Date
5/8/2003
 
Notice Type
Modification
 
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
DAAB0703RF227
 
Response Due
5/27/2003
 
Archive Date
7/26/2003
 
Point of Contact
Brett Boyle, 732-427-1670
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center
(brett.boyle@mail1.monmouth.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is an extension to an existing market survey extending the response to May 27, 2003 for the RFMOW and associated spare parts. The delivery schedule is as follows: FY03 - 43 units each, FY 04 - 73 units, FY 05 - 65 units. The ceiling is for up to 300 units. Contact Brett Boyle via phone at 1-732-427-1670 or via email at brett.boyle@mail1.monmouth.army.mil for a copy of the draft statement of work and answers to questions regarding the acquisition. The initial market survey info is still applicable a s follows: The RFMOWs will be placed under an indefinite delivery indefinite quantity (IDIQ) type of contract. The item must operate within the AN/TSC-85 and AN/TSC-93 Ground Mobile Forces (GMF) tactical satellite terminals. The RFMOW must be compatible with the Secure Terminal Unit (STU III) equipment and the Secure Terminal Equipment (STE). The RFMOW will consist of a Satellite Modem, Communication Security Module (KIV-7) that will be Government Furnished Equipment, Secure Terminal Equipment, computer and Interface Unit (IU). The STE will be provided as Government Furnished Equipment. The IU must support both unclassified and COMSEC information simultaneously. The contractor is required to provide the following to be considered a source of supply: 1 ) Detailed technical data in the form of dimensions, performance characteristics and electrical characteristics. 2) The IU must be compatible with the STU III and STE; SDM-100, SDM-300, and SLM-8650 Modems; CV 3654/G and CV 4250/G Converters; KIV-7, KIV-7H S and KIV-7HSB Communication Security Modules; Multi Com Port IBM Compatible PC. 3) The entire RFMOW Terminal Kit must be an insertable enclosure to fit within existing AN/TSC-86/93 racks. 4) Rough Order of Magnitude (ROM) cost for firm fixed price range t ype three year IDIQ contract that includes recurring and non-recurring costs. Ranges will be determined by the contractor in the ROM to provide price breaks for economic order quantities. 5) Two copies of the proposal. Send responses to Sandy.Ropel@mail1 .monmouth.army.mil with a copy to Brett.Boyle@mail1.monmouth.army.mil. Responses to the market survey are due on or before May 27, 2003.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00320462-W 20030510/030508213528 (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.