Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2003 FBO #0595
SOURCES SOUGHT

99 -- Command Post Platform (CPP) Development and Integration Program.

Notice Date
7/15/2003
 
Notice Type
Sources Sought
 
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
DAAH01-03-R-0319
 
Response Due
7/28/2003
 
Archive Date
9/26/2003
 
Point of Contact
Terrance Vickerstaff, 256-876-4682
 
E-Mail Address
Email your questions to US Army Aviation and Missile Command DAAH01
(terrance.vickerstaff@redstone.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. Purpose The United States Army, through the TOCs/AMDCCS Project Office, Huntsville, AL, has a requirement to design, assemble, integrate, test, train, and support the Command Post Platform (CPP) Development and Integration program. The objective of this acquisiti on is to satisfy the Threshold and Pre-Planned Product Improvement (P3I) requirements of the Standardized Integrated Command Post System (SICPS) Operational Requirements Document (ORD). 2. Overview a. CPP Development and Integration Program Description The CPP Development and Integration Program includes three CPP variants (Track, Rigid Wall Shelter (RWS), and Light), a Company Level Command Shelter (CLCS), and the Command Center System (CCS) that ground commanders can use as building blocks to form Comm and Posts (CP) at various echelons. The CPP variants are flexible, multi-functional, integrated vehicles and shelters that host multiple battle command and support software suites and interface with numerous non-battle command vehicles. A single CPP can serve as a stand-alone CP or complex with other CPPs to form the digital network infrastructure for any echelon CP. The RWS CPP consists of the RWS Platform Assembly, with the integrated C2 Assembly, mounted onto an M113 Expanded Capacity Variant (ECV) High Mobility Multipurpose Wheeled Vehi cle (HMMWV). The Light CPP consists of the Light Platform Assembly, with the integrated C2 Assembly, mounted onto either an M998 Light Tactical Vehicle (LTV) HMMWV or an M1097 LTV HMMWV. The Track CPP consists of the Track Platform IK, with the integrate d C2 Assembly, installed into the M577 or M1068 variants of the Family of M113 Track Vehicles. The Command and Control (C2) Assembly is a common suite of electronics used within any CPP consisting of the computers, networking systems, communications equipment (including radios and the Command Post Communication System (CPCS)), and signal interfaces necessary to (1) host multiple Army Battle Command System (ABCS) and/or Global Combat Support System ?????? Army (GCSS-A) applications and modules; (2) enable the critical ABCS and GCSS-A information exchange requirements (IERs); and (3) provide local area networks (LANs) that operate at SECRET and/or Sensitive But Unclassified (SBU). The basic C2 assembly infrastructure will be constant across all CPPs. Specific suites of computers, networking systems, communications equipment (including radios, CPCS, a nd signal interfaces) will be tailored within CPPs based upon the type unit and echelon of command each CPP is to be fielded to. The C2 Assembly will interface with a platform assembly that ports the C2 Assembly to a specific variant vehicle. The RWS Platform Assembly, Light Platform Assembly, and Track Platform Installation Kit (IK) consist of the housing system, the environmental control system, tent connection interface, power system, grounding system, and C2 Assembly interface. The contrac tor shall perform an architecture trade for the RWS and Light Platform or propose a shelter solution. The contractor shall compare assemblies between existing shelters and new shelter development to determine the most economic solution. The contractor s hall design a modular platform assembly such that the RWS and Light Platform Assemblies use the same shelter. The RWS Platform Assembly shall be manufactured with only the addition of the auxiliary power unit and environmental control unit. The Track Pla tform Installation Kit (IK) is a kit designed to meet the operational requirements and instantiate the common C2 Assembly. The CLCS provides a sheltered workspace capable of supporting installation kits of Army standard C2 equipment (i.e., tactical radios, Force XXI Battle Command Brigade and Below (FBCB2) computers, etc.) for company and troop level CPPs. The CLCS Platform A ssembly consists of the housing system, tent connection interface, power system, grounding system, and C2 interface. The contractor shall perform an arc hitecture trade for the CLCS Platform Assembly between existing shelters and new shelter development to determine the most economic solution. The CLCS consists of the CLCS Platform Assembly mounted onto either an M998 Light Tactical Vehicle (LTV) HMMWV or an M1097 LTV HMMWV. The Command Center System is a collection of audio/video collaborative planning devices and consists of the Large Scale Display with controller and may include audio input/output devices that allow the CP personnel to interact with the CPCS in those CPPs e quipped with the CPCS. b. Basic Contract Effort The contracting strategy calls for a negotiated procurement with full and open competition, for the design, development, production, integration, testing, training, and logistics support of the CPPs, CLCS, and CCS. Acquisition streamlining procedures will be used where possible. Award will be made to the offeror whose proposal is determined to offer the best value to the Government. The contract will include: 1. Design, development, prototype, and verification test of the CPPs, CLCS, and CCS, and will be a cost-plus-incentive-fee effort. The contractor shall deliver three (3) RWS CPP prototypes, three (3) Track CPP prototypes, two (2) Light CPP prototypes, and two (2) CLCSs. The prototype systems will be used for contractor and Government developmental testing/limited user testing (DT/LUT) leading up to a Milestone C Decision authorizing entry into Low Rate Initial Production (LRIP). 2. Production, integration, and unit fielding and will be structured as indefinite-delivery-indefinite-quantity (IDIQ) fixed price orders. Fielding will occur in accordance with the Army Modernization Schedule. The contract will also include interim cont ractor support (ICS), training, and Government test support. LRIP systems will support Initial Operational Test and Evaluation (IOT&E) leading up to a Full Rate Production Decision Review. In addition to IOT&E, the LRIP effort will also serve to prove ou t the production/fielding strategy for full rate production. 3. Engineering services for special studies, vehicle platform engineering, and exercise and test support, which will be issued on a task order basis. This will allow flexibility in investigating technologies, as well as work with other Program Offices in realigning their shelters into the CPP concept. The solicitation/contract will include several special provisions and clauses. The first special provision will assign Total System Responsibility to the contractor. This provision will require the contractor to fully integrate the various system compone nts, regardless of the source (NDI, COTS, CFE, or GFE) onto the various vehicle platforms. A second special provision will detail the contractor's responsibilities for receiving inspection, maintenance, storage and security of Government Furnished (GF) ve hicles. This provision will complement the requirements of the Government Property (Cost Reimbursement Contracts) clause (FAR 52.245-5) included in the contract. 3. Schedule The program schedule is very aggressive, requiring the First Unit Equipped (FUE) in FY 06 to support fielding Stryker Brigade Combat Team 5 (SBCT ?????? 5), followed by SBCT-6 also in FY06. The contract will also procure the integration and fielding of C Ps using unit provided equipment. Units to be equipped using this process include SBCT-4, 3rd Brigade, 4th Infantry Division (3/4 ID) and possibly the 3rd Armored Cavalry Regiment. The selected contractor will have approximately thirteen (13) months to design, develop and prototype the RWS CPP, while starting a concurrent design verification test effort. The contractor must hold a complete system requirements review within sixty (60) days of contract award. The Army Modernization Schedule (AMS) windows will govern the delivery and training schedules for this contract. There will be other units fielded per the army modernization strategy that is still TBD for the CPP progr am. 4. Scope of Work a. Program Management The contractor will require highly skilled program management capabilities to manage and execute the program. The contractor will need to be very familiar with the interface and interoperability challenges that face the digitized Army and that must be o vercome to meet the Army's Transformation Vision. The contractor will need to have oversight over all subcontractors. The contractor must be able to manage a design program of various platform types and C2 equipment within an aggressive schedule. The co ntractor must be able to develop test plans and procedures, address safety throughout design, and produce technical manuals and modification work orders. The contractor must have in place an earned value management system that helps control costs and dete ct any problem areas. The contractor must work and manage to an integrated master schedule that includes all disciplines, is regularly updated, and helps determine program risks. b. Design, Production, and Integration The contractor shall design, develop, prototype and test the CPPs, CLCS, and CCS. The Performance Specification (MIS-PRF-54581) will govern the requirements of the CPPs, CLCS, and CCS. The requirements of the performance specification are to (1) standard ize electronic suites and interfaces to reduce training burden on soldiers transitioning between units; (2) merge developmental, commercial, and Government-furnished items with other leading edge technologies to field digitized CP vehicles that do not co nstrain the performance of the base vehicle; (3) eliminate CPP variant unique parts to ensure commonality and reduce logistics burden on units; (4) achieve full system performance while ensuring C2 interoperability and CP mobility; and (5) constantly seek to reduce set-up and tear-down times. The CPP variants will be transportable by C-130 aircraft, with minimal modification to the Track CPP allowed. Additionally, the Light CPP and CLCS will be transportable by UH-60L helicopter. Each CPP variant will provide at least five (5) and up to seven (7) operators positions which remote into the CP tents. Each operator position will have a human-computer interface device, and provisions for mounting a CPCS access unit, headset and microphone. Each CPP variant will include an on-the-move operator pos ition in the HMMWV cab for the RWS and Light CPPs and inside the prime mover for the Track CPP. The contractor will also consider the environmental conditions, transportability requirements per MIL-STD-1366, electromagnetic environmental effects, system s afety, power management, setup and teardown times, reliability, and maintainability. The contractor will design and develop interfaces with Government-Furnished Property (GFP) such as the voice and data radios to include the Secure Wireless LAN (SWLAN) sy stem, the ABCS/GCSS-A software, the LTV and ECV HMMWVs, the M577 and M1068 Track Vehicle variants, and the Quick Erect Antenna Mast (QEAM). The contractor will develop a fault isolation/fault detection scheme, which will report failures to individual oper ator positions and allow fault isolation to line replaceable units, including GFP. This scheme can include software or hardware, COTS, contractor-developed, or a combination thereof. The contractor will perform a series of trade studies to finalize (1) the small computer/server farm to host the multiple ABCS/GCSS-A applications; (2) the network architecture and security to provide the LANs and to enable Echelon-independent CPPs; (3) sh elter systems for the RWS CPP, Light CPP and CLCS; (4) operator and large scale displays; and (5) Chemical, Biological, Radiological, and Nuclear (CBRN) contamination and decontamination requirements. The contractor will present the results of the trade s tudies prior to the Preliminary Design Review (PDR), and the Government will approve the approach at PDR. Each C2 Assembly end item (non-radio) will be transitioned to the Commo n Hardware System catalogue. The Government will approve the product baseline at the Critical Design Review (CDR). The contractor will manufacture or procure the assemblies and kit base lined at CDR. The Government will place delivery orders for assembly and kit quantities based on Unit requirements. The contractor will integrate the C2 and platform assemblies/kit as much as possible and perform an acceptance checkout on each. The Government will provide a System Architecture (SA) to the contractor to address the radio complements, ABCS/GCSS-A distribution, computers, networking systems, communications equipment (incl uding radios, CPCS, and signal interfaces). As the Unit fielding schedule opens, the contractor shall interface with each Unit to review the CPP concept and assess GFP condition. The contractor shall conduct a joint inventory with the Unit and Government representatives, receive GFP, integrate GFP and platform assemblies/kit, conduct acceptance verification of each CPP, conduct acceptance verification of the core Command Post infrastructure (CPPs/Tents/CLCSs complexed together), deliver to Unit, train, an d provide ICS. c. Integrated Logistics Support During the design and development of the CPPs, CLCS, and CCS, the contractor shall develop provisioning data for maintenance of critical assemblies and subassemblies, and logistics management information (LMI) necessary to support a depot maintenance study and development of the technical manuals. The logistics data will support a Logistics Demonstration, which will validate the technical manuals and support concept. Interim Contractor Support (ICS) will be utilized starting with the delivery of the first CPP within a Unit Set Fielding (USF) window and continuing for six (6) months past the end of that USF. Spares will be provided to the gaining unit??????s support ac tivity as part of a Prescribed Load List (PLL), Authorized Stockage List (ASL) and the total package fielding process. Spare types and quantities will be determined using failure factors, locations, and densities per location as part of the provisioning p rocess. During the ICS period of performance, the contractor will be responsible for providing the appropriate quantities of spares and turning this spares package over to the unit Class IX Accountable officer upon completion of the six month long ICS pro cess. The Government??????s intention is for the contractor to complete all ILS deliverables prior to fielding CPPs to a Brigade or Regiment sized unit. Upon completion of the six month ICS period of support, units should be self sufficient to operate an d maintain the CPPs without additional ICS. The contractor may be required to partner with the Communication Electronics Command, Tobyhanna Army Depot (TYAD) to ensure a smooth transition to organic field/depot support (90 days after fielding to each unit /CPP). The Army??????s Systems Approach to Training (SAT) process will be used for development of the training program. The Army??????s Automated Systems Approach to Training (ASAT) will be used for creation of individual tasks and lesson plans. Interactive Mul timedia Instruction (IMI) training will be developed for operator and maintainer training. The contractor will provide a New Equipment Training (NET) Team during fielding. d. Product Assurance and Test The Test and Evaluation concept includes test events conducted by both the contractor and the Government to ensure that the CPPs, CLCS, and CCS meet performance requirements, is safe for use by soldiers, is operationally suitable and effective, interoperab le, and qualified for use on the prime mover vehicles from the family of M113 Track vehicles and the family of Light Tactical and Expanded Capacity Light Tactical Vehicles. During the system design and integration phase of the program, the prototype platf orms and system will undergo contractor developmental testing (DT). These prototypes will also support Government developme ntal qualification testing, interoperability testing, and possibly a limited user test. These tests will provide the basis for approval of entry into LRIP at Milestone C. The LRIP systems delivered under the contract will support an IOT&E leading to a fu ll rate production decision. The contractor shall be required to develop a product assurance and test program that ensures the delivered CPPs, CLCS, and CCS meet performance specifications and is safe for soldier operation. The Government will make maximum use of contractor test even ts and the resulting data to fulfill DT requirements. The contractor shall allow Government participation and monitoring of all phases of the Product Assurance and Test (PA&T) process. A Test and Evaluation Working Integrated Product Team (T&EWIPT) will be established as the focal point for test management. T&EWIPT membership will include all organizations having direct or indirect testing responsibilities. These organizations include: PM TOCs/AMDCCS, Army Test and Evaluation Command (ATEC), DCMA, and the Joint Interoperability Test Center (JITC). The T&EWIPT will prepare a Test and Evaluation Master Plan (TEMP) to verify the operational suitability and effectiveness of the CPPs, CLCS , and CCS as compared to the requirements of the SICPS ORD. The contractor will participate in the T&EWIPT activities. e. Configuration Management The contractor will implement a configuration management program to deliver data, manage the program baselines (allocated and product), plan and perform the configuration audits, and create and monitor change proposals to the baseline approved at CDR. The contractor shall furnish all unclassified data delivered or data made available during this contract electronically by uploading digital files to a Government-specified web site. The contractor shall conduct an FCA with Government witness to verify that t he product baseline adequately reflects the requirements of MIS-PRF-54581. The Government will conduct a PCA to verify that the configuration documentation accurately reflects the design requirements and the as-built configuration items. The contractor s hall maintain configuration status accounting information for all configuration baselines and delivered CPPs, CLCS, and CCS. 5. Period of Performance The period of performance for this procurement is from contact award through FY 2009. 6. Capability Description Contractor response must include a narrative description that exhibits an understanding of the management complexity, the requirements of this acquisition, and the manner in which the requirements will be satisfied. Submission of standard company capabili ty brochures will not be accepted as an adequate indication of necessary expertise to perform as a prime contractor for the program. Contractors interested in being the prime contractor for this effort should submit the capability description to Mr. David Ludwig, Contracting Officer, at (256) 842-6000, david.ludwig@redstone.army.mil , Ms. Vicki Kennedy, Contracting Officer, at (256) 876-5209, vicki.kennedy@redstone.army.mil or Mr. Terrance Vickerstaff, Contract Specialist, at (256) 842-7319, terrance.vicke rstaff@redstone.army.mil, U.S. Army Aviation and Missile Command, ATTN: AMSAM-AC-SM-C, Redstone Arsenal, AL 35898. Electronic media may be via e-mail, 3.5 disk, or CD compatible with Microsoft Word 2000. Express mail is also acceptable. This sources s ought synopsis is for informational and planning purposes only and does not constitute a solicitation and is not to be construed as a commitment by the Government. Submissions must be received by 28 July 2003. An Industry Day has been tentatively schedul ed for early Aug 2003. An announcement will be made/posted on this website to provide the exact date, time, and location. It is the responsibility of the contractor to obtain further announcements or notices, when issued.
 
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
SN00371756-W 20030717/030715213652 (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.