Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2005 FBO #1269
SOURCES SOUGHT

58 -- EPLRS R/T

Notice Date
5/16/2005
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless 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-N009
 
Response Due
5/31/2005
 
Archive Date
7/30/2005
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice for the Production of the Enhanced Position Location Reporting System (EPLRS) Receiver-Transmitter Contracting Office Address U.S. Army Communications - Electronics Command Life Cycle Management Command Acquisition Center, ATTN: AMSEL-AC-CB-RT-R, Building 1208, Fort Monmouth, New Jersey 07703 System Description The Enhanced Position Location Reporting System (EPLRS) is a tactical data radio system that is currently in production and is managed by Project Manager, Tactical Radio Communications Systems, Fort Monmouth, NJ. EPLRS provides a mobile wireless data comm unications backbone for the Army's Tactical Internet, provides embedded situational awareness/position navigation, and is a common system for Army, Air Force, Navy and Marine Corps warfighters. EPLRS is a key enabler for network centric warfare. EPLRS su pports the Modular Army and is interoperable with US Air Force, US Marine Corps and US Navy EPLRS Radios. EPLRS mobile networks are used by Army Battle Command Systems (ABCS) and Force XXI Battle Command Brigade and Below (FBCB2) host computers for situat ional awareness and command & control. EPLRS consists of an EPLRS Network Manager (ENM) and radios that can be configured for manpack, vehicular and airborne use. The purpose of this Market Survey is to identify sources for the production of the EPLRS ADDSI Receiver-Transmitter, NSN 5820-01-514-1408, P/N A3285962. The current manufacturer is Raytheon Company, Fullerton, California 92833-2200. Raytheon Company is t he developer and prime contractor for EPLRS radios and the EPLRS Net Manager. Raytheon Company maintains configuration management of internal modules and maintains the software source code. The Government does not have detailed documentation on hardware modules, software/firmware or source code. Consequently, the Government does not have the detailed documentation or source code to provide to a third party. A technical data package is not available. Scope of Effort: The Government's requirement for EPLRS calls for the Firm-Fixed- Price acquisition of up to approximately 3,000 EPLRS ADDSI Receiver-Transmitters (RTs), with inherent production qualification testing and initial software programming requirements. Contract award is planned for the 1st or 2nd quarter of Fiscal Year 06. The resultant contact is expected to consist of a base year and one (1) option year. It is expected that initial deliveries shall commence within six (6) months after receipt of order. Production rates should average 200 radios per month with a surge cap ability of up to 400 radios per month. This will allow the Department of Defense to continue to implement its objective to digitize and modularize the battlefield. Any radios produced under this proposed contract will be fully interoperable with the curr ently fielded system. Requested Response: Interested parties may identify their interest and capability to respond to this requirement. Suppliers capable of manufacturing the EPLRS ADDSI Receiver-Transmitter shall respond in writing and shall identify their capability of producing the end item an d conducting production qualification testing and software loading. The response should be a short introductory description (unclassified) of a viable approach meeting the above needs, and should address production capacity and surge capability. There sh ould 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, and previous perfo rmance, may be appended. Submit one (1) set paper copy and one (1) electronic copy of the initial submission to the following: Commander, US Army Communications-Electronics Life Cycle Command Acquisition Center ATTN: AMSEL-AC-CB-RT-R (Mr. Phillip Forgione) Building 1208 West Fort Monmouth, NJ 0 7703 Electronic copies of your response can be sent to phillip.forgione@us.army.mil. Submit one (1) set paper copy and one (1) electronic copy of the initial submission to the following: Project Manager, Tactical Radio Communications Systems ATTN: SFAE-C3T-TRC-TR-CF (Mr. Matthew Marion) Building 456, Oceanport Avenue Fort Monmouth, NJ 07703 Electronic copies of your response can be sent to mailto:Mathew.Marion@mail1.monmouth.army.mil. 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 will be evaluated for their vi ability. The determination of the 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 survey is f or 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. For more information the POC is: Mr. Mathew Marion, 732-427-3631. It is requested that responses be submitted by 31 May 2005. Incremental and follow-on submissions may be accepted upon request. E-mail address: mailto:Mathew.Marion@mail1.monmouth.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
SN00808735-W 20050518/050516212120 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.