Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2005 FBO #1255
SOURCES SOUGHT

58 -- Product Manager Prophet, Fort Monmouth, New Jersey, is seeking sources for production of Prophet Block II, the Armys tactical ground Signals Intelligence (SIGINT) Electronic Attack (EA) system.

Notice Date
5/2/2005
 
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-W237
 
Response Due
5/23/2005
 
Archive Date
7/22/2005
 
Small Business Set-Aside
N/A
 
Description
NOTE: THIS IS A REQUEST FOR INFORMATION ONLY AND ALL INFORMATION WILL BE USED FOR PLANNING PURPOSES. THIS IS NOT A SOLICITATION FOR PROPOSALS. A CONTRACT WILL NOT BE AWARDED BASED ON YOUR RESPONSES NOR WILL THERE BE ANY REIMBURSEMENT ISSUED FOR THE PREPARATION OF ANY SUCH RESPONSE. ALL PROPRIETARY INFORMATION SHOULD BE MARKED AS SUCH. THIS IS STRICTLY A MARKET SURVEY/SOURCES SOUGHT NOTICE SEEKING POTENTIAL SOURCES FOR PRODUCTION OF PROPHET BLOCK II. System Description: Prophet is the principal ground-based brigade tactical SIGINT/EW (Electronic Warfare) system. Prophet Control (PC), mounted on a HMMWV, tasks Blocks I and II. Prophet Block I is mounted on a separate HMMWV to provide SIGINT capabilities. Prophet Block II is planned to be on a standard TACOM-approved trailer pulled by Block I or a separate HMMWV. It is intended to be a replacement for the TLQ-17A(V)3 tactical EA systems with expanded capability in regard to power, frequency coverage, and jamming versatilit y. Stand-off jamming using a mast-mounted, directional, high-gain antenna in a stationary configuration is a Block II Key Performance Parameter (KPP). An on-the-move (OTM) jamming (EA) capability with an omni-directional antenna is highly desired. Minimu m power amplifier output may vary from 200 Watts for the VHF band to 50 Watts into the UHF band. The Block II trailer-mounted EA system will be self-contained with its own power supply generator and controls, and be able to be connected to Block I for cont rol in co-located or short-distance remoted operations. Prophet is modular and can be tailored to perform special missions by the Technology Insertion (TI) of Special Purpose EA. The purpose of this Market Survey is to identify sources for production of Prophet Block II that are capable of meeting the Governments requirement for a mature COTS end-to-end system with little or no non-recurring engineering. The Block II/III System De sign and Development (SDD) contractor is General-Dynamics Decision Systems, Scottsdale, AZ 85252-1417, Cage Code 1VPW8, with the major subcontractor for EA being Rockwell-Collins (Cedar Rapids, IA.) Production for Block II is not a fabrication of the SDD item, which was a combined Block II/III system on a single HMMWV platform. Scope of Effort for which Information is Requested: The Governments initial requirement for Prophet Block II calls for the acquisition of 33 Low-Rate Initial Production (LRIP) Block II systems starting with approximately 21 in FY05. A Firm-Fixed Price (FFP) contract is anticipated. The LRIP contract award date is projected for 31 June 2005. First Article Testing (FAT) on the LRIP systems must be completed prior to delivery of the first LRIP units in March 2006. The planned contract shall include requirements for complete supportability and logistical tasks such as providing Technical Manuals, maintenance concepts and demonstration, test plans, calibration plans, etc. Note: this announcement is only a Market Sur vey and prospective offerors are not required to provide detailed plans for supportability and logistics at this time, but respondents should describe their ability to do so. Requested Response: Interested organizations may identify their interest and capability to respond to the requirement. Suppliers capable of furnishing these units must do so in writing. The response should be a short introductory description of a viable approach meeting the a bove needs. There should be some technical description of the proposed subsystem/technologies to include configuration and capabilities and how this will meet the anticipated requirement. Additional documentation such as test results, product descriptions , previous performance, may be appended. Respondents must address to what extent they would be able to demonstrate a full end-to-end pre-production system by June 2005. Submit one (1) set paper copy and one (1) electronic copy (on CD-ROM) of the initial s ubmission to the f ollowing: Commander, US Army Communications Electronics Command Acquisition Center ATTN: AMSEL-AC-CC-RT-GN (ATTN: Cynthia Geiss) Building 1208 West Fort Monmouth, NJ 07703 Submit one (1) set paper copy and one (1) electronic copy (on CD-ROM) to the following: Project Manager Signals Warfare Product Manager Prophet ATTN: -SFAE-IEWS-SG (ATTN: Mark Conrad) Building 288, Sherrill Ave. Ft. Monmouth, NJ 07703-5000 This market survey is not a request for competitive proposals. Capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses to this RFI will be evaluated for their viability. The determination of procurement strategy, based upon responses to this market survey, is solely within the discretion of the Government. All sources may submit a response, which will be considered by the Government. This market sur vey is for information and planning purposes only, does not constitute a solicitation for bids or proposals, and is not to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this market surv ey. Sources responding to this market survey should indicate whether or not they are a small business. For more information the POC is: Mark Conrad 732 427-1959, PM Prophet Office, SFAE-IEW&S-SG. It is requested that responses or requests be submitted by 23 May 2005. Incremental and follow-on submissions may be accepted upon request. E-mail address: mark.c onrad@us.army.mil.
 
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
SN00799245-W 20050504/050502212032 (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.