Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2003 FBO #0624
SOLICITATION NOTICE

A -- Joint Tactical Radio System Cluster 5 Radio Sets

Notice Date
8/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
DAAB07-03-R-E808
 
Response Due
10/15/2003
 
Archive Date
12/14/2003
 
Point of Contact
Debra Moretti, (732)532-5488
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07
(debra.moretti@mail1.monmouth.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA USACECOM and PM, WIN-T are anticipating issuing a Best Value Competitive Request for Proposal (RFP). The RFP Number for this acquisition is DAAB07-03-R-E808 and it provides for the acquisition of the System Development and Demonstration (SDD), Spiral 1 Li mited Production and Spiral 2 Low Rate Initial Production (LRIP), of the Joint Tactical Radio System (JTRS) Cluster 5 Radio Sets. The proposed contract types are as follows: SDD Phase is Cost Reimbursement type, Time and Material contract line for Contra ctor Support Services for the JTRS Cluster 5, Firm-Fixed Price for the limited Production for Spiral 1, and Firm-Fixed Price with Successive Targets for the Low Rate Initial Production of Spiral 2. The PM is employing a performance approach for the acquisi tion of the JTRS Cluster 5 Radio Sets. Offerors shall propose a best value approach based on solicitation requirements as annotated under the Statement of Work and the Performance Requirement Specification and Appendices that will be posted with the solici tation package. Additionally, the PM will identify a minimum set of schedule parameters to which the contractor must adhere. The contractor will propose discrete milestones within those parameters. It is proposed that the evolutionary development and dem onstration of the JTRS Cluster 5 Radio Sets will involve the development of the Spiral 1 Single Channel Handheld (HH) and Two Channel Manpack (MP), and the Spiral 2 Two Channel Handheld (HH), Two Channel Manpack (MP), and the nine various form factors of t he Spiral 2 Small Form Fit (SFF). The first spiral satisfies a critical and urgent Joint Warfighter requirement by modifying Commercial Off The Shelf/Non Developmental Items (COTS/NDI) and porting available waveforms. A second spiral provides expanded cap ability, ports additional waveforms, and fully complies with requirements of the JTRS ORD, Version 3.2. Information on the waveforms associated with each of the form factors by spiral will be provided with the solicitation package. All JTRS Cluster 5 ass ets, including Spiral 1 and Spiral 2, will be SCA compliant. The estimated range quantities to be acquired are as follows: Spiral 1 Handheld (HH) approximate range quantities of 3,000 to 5,000, 5,001 to 7,000, 7,001 to 10,000; Spiral 1 Manpack (MP) approxi mate range quantities of 1,500 to 2,000, 2,001 to 2,500, 2,501 to 3,000; Spiral 2 Handheld (HH) to range quantities of 2,000 to 3,000, 3,001 to 4,000, 4,001 to 5,000; Spiral 2 Manpack (MP) range quantities of 7,000 to 7,750, 7,751 to 8,750, 8,751 to 9,750; Spiral 2 Small Form Fit (SFF) 3,000 to 3,750, 3,751 to 4,750, 4,751 to 5,750. This acquisition also includes currently undefined quantities of AKits, Accessories, and Ancillary Items (Batteries, Interface Cables, Power Cables, Antennas, and Mounting Brac kets for the Manpack). Delivery Points are to be determined. All parties interested in doing business with USACECOM are invited to access, operate, send and receive information from the Army Single Face to Industry Interactive Business Opportunities Page (ASFI IBOP)at http://abop.monmouth.army.mil. The forecasted solicitation issuance date of the Request For Proposal (RFP) is approximately 15 days after this notice is posted. If you have any problems with the ASFI IBOP, you can call the toll-free help de sk at 1-888-414-2677.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00399779-W 20030815/030813213815 (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.