Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2005 FBO #1132
SOURCES SOUGHT

59 -- SOURCES SOUGHT NOTICE FOR TACTICAL SWITCHING EQUIPMENT

Notice Date
12/30/2004
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment 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-05-R-G456
 
Response Due
1/28/2005
 
Archive Date
3/29/2005
 
Small Business Set-Aside
N/A
 
Description
SEE NUMBERED NOTE 22 The purpose of this Sources Sought Notice is to identify any vendors who are capable of providing the various types of existing tactical switching communications equipment with associated peripherals and ancillary items that are delineated below. The U.S. Army, Office of the Project Manager, Tactical Radio Communications Systems (PM TRCS), is seeking sources from which existing tactical communications switching equipment that has been certified interoperable for joint-services operation can be pur chased and provided to various government Defense Agencies and Services. The current contract for such equipment is with General Dynamics C4 Systems (GDC4S) located in Taunton, Massachusetts. It is contract number DAAB07-02-D-F603. To PM TRCSs knowledge, the only tactical communications switching equipment that currently meets the governments requirements is that equipment which is manufactured by GDC4S. Specifically, this Market Survey addresses but is not limited to the followi ng tactical communications equipment and associated items: Compact Digital Switch 98(CDS98), GDC4S part number (P/N) 02-2758810-1; five variations of the Switch Multiplexer Unit 96(SMU96), GDC4S P/Ns 03-2755652-1, 03-2758529-1, 03-2758533-1, 03-2758537-1, and 03-2759270-1; the Army family of Line Termination Units (LTUs), CV-4180A(V)1/T through 4180A(V)3/T, GDC4S P/Ns SM-D-823020-4, SM-D-8230205, SM-E-823115921 and SM-E-819294-2; the Transmission Interface Module (TIM), MD-1270(P)/T, GDC4S P/Ns 01-140247 6-11 through 17 and 19 through 21; and the Tactical Interface Adapter (TIA), GDC4S P/Ns 02-2776329-1through 3; Digital Voice Orderwire Interface Unit (DIU), GDC4S P/Ns 02-2785083-1 and -2; QUADMUX, GDC4S P/Ns 02-2780042-1 and -2 and 02-2783790-1 and - 2; FLEXMUX, GDC4S P/Ns 02-2789503-1 through -4 and 02-2790129-1 through -4 and Baseband Node (BBN) Transit Cases, GDC4S P/Ns 02-2788972-1, 02-2788973-1, 02-2788974-1, 02-2788978-1, 02-2788979-1, 02-2788980-1, 02-2788981-1, 02-2788982-1, 02-2788977-1, 02-27 88977-2, 02-2787726-1, 02-2790366-1, A3179311-3, 10-2790637-1, A3179643-2, 10-2790311-1, 10-2790249-1 and ON649534-1. This also includes any and all associated GDC4S peripherals, cables, variable circuit card sets and upgrade kits, which are associated wi th the above designated equipment. The switching equipment must be able to load and run the Common Baseline Circuit Switch (CBCS) Circuit Switch On-Line Operational Program (CSOLOP) software, which is under the configuration management control of the CECOM Software Engineering Center (SEC) . Additionally, any proposed alternative to the above equipment must be form, fit and function exactly the same as the aforementioned equipment. The equipment designated above provides existing, forward-looking, tactical switching systems, which have alr eady been certified for Joint Services interoperability by the Executive Agent (EA) for Theatre Joint Tactical Networks (TJTN). Any replacement systems must also be certified for Joint Services interoperability. As the Government does not own the full technical documentation and data rights to the aforementioned equipment, potential qualified vendors must obtain/possess the technical documentation and data rights to the GDC4S equipment, and all the necessary asso ciated items to include Circuit Card Assemblies (CCAs) in order to meet the various terminal interface requirements of all potential customers. All potential qualified vendors must also possess and demonstrate an intimate knowledge of the systems with whi ch the aforementioned equipment will interface, i.e. the Mobile Subscriber Equipment (MSE), AN/TTC-39 families of circuit switch and message switching assemblages, Single AN/TTC-56(V)1 and (V)3 Shelter Switch (SSS), AN/TTC-58 Baseband Node (BBN) and AN/TTC -59 Joint Network Node (JNN) . Vendors must possess and demonstrate the capability to provide technical engineering support services in order to a ssist potential customers in integrating the proposed equipment into any mission specific system, equipment and/or assemblages. This announcement is an expression of interest only and does not commit the government to pay for proposal preparation costs. Interested parties should be alert for subsequent announcements that may be published in the Commerce Business Daily. Responses to this announcement should contain a Title Page, Synopsis, System(s) Description, and Supporting Data. The title page should contain the system(s), date, and the name and telephone number of the author and/or other points of contact. The syno psis should provide evidence of vendor experience and briefly summarize the capabilities of the vendor to support the equipment cited above. The synopsis should also reflect the vendors previously demonstrated performance in managing and supporting simil ar equipment/systems comparable in size and complexity. It should also provide approximate cost and lead times for the purchasing of proposed equipment. The supporting data should augment the description(s) with any test data or other information, which would help fortify the assertions provided in the description(s). Vendors capable of furnishing the equipment that will satisfy the above specified requirements must so indicate by responding in writing to Project Manager, Tactical Radio Communications Sy stems (PM TRCS) , ATTN: SFAE-C3T-TRC-AMD, Fort Monmouth, NJ 07703-5000. Further information can be obtained by contacting Mr. Philip Mari at (732) 532-6553 or by E-mail response at Philip.Mari@us.army.mil. The deadline for response to this notice is 30 d ays (28 January 2005) from the date this notification is published.
 
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
SN00728215-W 20050101/041230211904 (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.