Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2004 FBO #0933
SOURCES SOUGHT

59 -- Sources Sought Notice For the Bridge to Future Networks (BFN)aka Joint Network Node (JNN), Hubs, Battalion Command Post Nodes, Baseband Nodes (BBN), System Engineering, Production, Integration and Full Integrated Logistics Support (ILS)

Notice Date
6/14/2004
 
Notice Type
Sources Sought
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
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
W15P7T-04-R-FTBD
 
Response Due
6/29/2004
 
Archive Date
8/28/2004
 
Point of Contact
Joyce Ambrose, 732 427 1395
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07
(Joyce.Ambrose@mail1.monmouth.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government requires a Prime Contractor to serve as the Systems Engineer/Integrator for the BFN consisting of the JNN shelter, Ku band satellite dish mounted trailers, and associated User Access terminals/transit cases at the Unit of Employment (U Ex) and Unit of Action (UA) levels; Battalion Command Post Nodes, consisting of Ku satellite dish mounted trailers, and associated User Access terminals/transit cases at the Battalion level; and Unit Hubs, consisting of Time Division Multiple Access/Freque ncy Division Multiple Access trucks and Baseband nodes at the UEx level or higher level, i.e. Unit of Employment (y)UEy. The Systems Engineer/Integrator will provide all engineering services, to include but not limited to the following: Network Management Services, Integration, ILS, network security, certification, architecture design, shelter integration, testing, logistics, software support to include Post-Development Software Support (PDSS) and Post-Production Software Support (PPSS), fielding and train ing services. These services are required to support full material release in the configurations of the end items, with spares packages and support hardware such as user access terminals. The ILS Total Package Fielding shall include all individual, mainta iner, leader and collective training, materials, infrastructure and enablers. This Sources Sought is also seeking available sources to produce and support the continued acquisition of the BBN (AN/TTC-58 Circuit Switches), to meet on-going fielding require ments. Up to 18 BBNs are projected for this acquisition. This system shall operate over single or multi-band satellite links, with connectivity from multiple mobile platforms, deployable at several locations around the world. The Government may procure up to 43 JNNs, and 113 Battalion Command Post Nodes, hardware and software support with support hardware (such as user access terminals/transit cases, servers and switches). This contract is intended to meet the requirements for fielding to the Unit of Action (UA) of the 4th ID, 10th MTN and the 101st AA Divisions, with a projected award date of July/October 2004, and deliveries beginning on or about December 2004/March 2005. The Government anticipates that this portion of the r equirement will be sole source to General Dynamics C4 Systems (GDC4S). In addition, in CY 2005 to support the Army Over Time, UEx and UEy Fieldings, the Government may procure up to a total of 12 Hubs, 96 JNNs, 18 BBNs, and 258 Battalion Command Post Nodes; and support services such as network management, acceptance testing, software loading, field support, training and maintenance. The projected award date is April 2005, with deliveries commencing NLT December 2005. The Government anticipates that this portion of its requirements will be awarded using full and open competit ion. The Government does not possess detailed drawing for all of these items. The Statements Of Work (SOWs) that have been used in the past to procure these items are available. Interested sources may view a detailed description of the systems, by accessing t he attachments posted to the Interactive Business Opportunities Page website (https://abop.monmouth.army.mil). The following documents will be posted: The User Functional Description (UFD) for the BBN dated 4/22/2003, the Acquisition Requirements Package and SOW for JNN dated 5/10/04, and the BFN Capability Production Document for the Bridge to Future Network (BFN) dated 22 April 04. Interested sources may submit their responses to this market survey as a Prime Contractor and potential manufacturer of the end item or to describe their ability and strategy to provide service in all areas, to include their risk management plan to ensure the Government??????s delivery schedule will be met. Interested sources may reply with their capability to meet the Army Over Time, UEx and UEy Fieldings requirements as the Prime Contractor, or respond to only the requ irements described as in the CY 2005, assuming award on or about April 2005, with orders of up to a total of 12 Hubs, 96 JNNs, 18 BBNs, and 258 Battalion Command Post Nodes; and support services, due to schedule considerations. The Government POC is Mr. James K. Goon, commercial telephone number 732/532/1298. This acquisition for the PM TRCS is to implement the Army's objective of Army over Time. The planned sole source effort described above is for Low Rate Initial Production. The planned follow-on competitive contract will be for Full Rate Production (FRP) under which the Government will procure the balance for the Army requirement for this system. The current producer of JNN and BBN is GDC4S, located in Tauton, MA. The curr ent contract is a requirements contract, which will expire in March 2005. The competitive follow on contract will be a requirements contract, with a base year and four option years, spanning the 2005/2009 years. The contract type is expected to be Firm F ixed Price for the hardware, with Time and Materials for support services. Cost reporting will be required on this effort. Delivery schedules will be established with each individual order. Respondents should specifically address their capability to provi de all the above mentioned hardware/software, test data to include First Article Qualification Testing (FAQT), cost reporting and support services. Responses should be mailed to the Contracting Officer, Joyce Ambrose, CECOM Acquisition Center, Attn: AMSEL -AC-CB-RT-H, Building 1208, Fort Monmouth, NJ 07703-5008 or emailed to joyce.ambrose@mail1.monmouth.army.mil. Responses are due no later than 1300 hours, Tuesday, 29 June 2004. Due to time constraints, Numbered Note 22 may appy to the current requirement
 
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
SN00602986-W 20040616/040614212052 (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.