Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2005 FBO #1340
MODIFICATION

20 -- REQUEST FOR INFORMATION:POTENTIAL INSTALLATION EFFORT-COMMAND, CONTROL, COMMUNICATIONS, COMPUTERS, INTELLIGENCE, SURVEILLANCE, AND RECONNAISSANCE (C4ISR)/ COMMUNICATIONS, ELECTRONICS AND NAVIGATION (CEN); AKA C4I/CEN

Notice Date
7/26/2005
 
Notice Type
Modification
 
Contracting Office
TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-05-XXXXXX
 
Response Due
8/31/2005
 
Archive Date
10/30/2005
 
Small Business Set-Aside
N/A
 
Description
I. The Product Manager, Army Watercraft Systems (PM AWS) intends to pursue modification programs to upgrade the C4ISR/CEN systems on fielded watercraft systems. The intent of this request for information is to determine if interested and capable co mmercial sources exist to execute such an effort. This questionnaire focuses on upgrading the C4ISR/CEN equipment on the fleet of Landing Craft, Utility (LCU-2000) vessels, however, the responses to this questionnaire will assist PM AWS in planning and im plementation of current and future modification programs on Army Watercraft. II. Definitions C4ISR Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance C4I/CEN C4ISR and CEN abbreviated CEN Communications, Electronics and Navigation CFR Code of Federal Regulations COMSEC Communications Security CONUS Continental United States COTS Commercial off the Shelf IFF Identification of Friend or Foe IMO International Maritime Organization LCU Landing Craft, Utility LCU-2000 Landing Craft, Utility vessel MWO Material Work Order NSS National Security Strategy office OCONUS Outside the Continental United States OPSEC Operational Security RFP Request for Proposal SOLAS Safety of Life at Sea III. Background a. The current U.S. Army Watercraft C4ISR/CEN equipment is outdated, unsupportable, and not designed for easy integration of new capability/technology. It is our intention to transform the current outdated capability by taking advantage of advancements in technology in communications and navigation equipment. Further, we will no longer depend on paper charts or be satisfied with limited range of communication. We must be able to communicate between U.S. joint services, Coalition forces, and civilian and host nation ships; as well as from ship to shore, vehicle to vessel and from one continent to another worldwide. By taking advantage of current navigation technologies the vessel operators will gain the use of more advanced equipmente allowing for improve d satellite coverage, identification of friend or foe IIFF) systems, and digital charting which enhances the operator's navigation capabilities. b. To meet these goals we must procure C4ISR/CEN systems that: (1) are state-of-the art (2) are designed to be easily and economically upgraded as technology advances (3) provide capability for communictions across joint services, between Army, Navy, Air Force, USMC, Coast Guard, Coalition forces, and civilian and host nation ships and personnel via secure and/or non-secure voice and data tactical and satellite modes . c. Our current priority within the Army's fleet of watrcraft is the Landing Craft, Utility boat, the LCU-2000. This vessel was fielded 12 to 15 years ago. Thirty-one (31) vessels require upgrading. The communication suites are not equipped to operate in a joint military environment. The majority of the present LCU-2000 equipment is Commercial-off-the-shelf (COTS). Due to age of these systems and advances in technology they are logistically unsupportable. Additionally, the majority of the fleet does no t comply with many of the current United States Coast Guard *USCG) regulations, International Maritime Organization (IMO) regulations, and Safety of Life at Sea (SOLAS) regulations and/or the Code of Federal Regulations (CFR). d. In June 2005 the Army completed development of a prototype Navigation and Communication (C4I/CEN) suite for the LCU 2000 class of vessels. This effort is being documented in the form of a Modification Work Order (MWO), which is expected to be complet e in August 2005. The prototype suite will establish the configuration and identify the types of equipment to be incorporated by name, model number, and quantity. Drawings, Technical Manuals, and Training Material being developed along with the MWO to su ppo rt the vessels and the C4I/CEN operations will be validated and verified against upon completion of the fleet installation/upgrade process. When finalized, the MWO will be used to develop a Scope of Work to support awarding a contracting effort to upgrad e C4ISR/CEN equipment on the LCU fleet. The contract is anticipated to include procurement and installation of the suite on the LCU fleet. IV. Present Acquisition Requirements a. The Level 1 drawing(s), Technical Manuals, and Training Material developed from the prototype effort will be provided in the Request for Proposal (RFP) phase and the post award effort. This information will be part of the materials provided to any Offer or under this acquisition. b. At the present time funding is uncertain. PM AWS is actively seeking program funds to modify all 31 vessels. Funding will likely be spread over more than one fiscal year, and may never be adequate to modify the entire fleet. We hope to secure a porti on of the necessary funding as early as FY06, however, no funding presently exists in our budget for this effort. c. The U.S. Army's LCU-2000s are positioned in at least four (4) different locations worldwide. The locations are Kuwait; Japan; Ft. Eustis, VA, and Mare Island, CA. Note that Kuwait is considered a war zone. Depending on the amount and timing/availabi lity of funding allocated for this effort work could be required to be simultaneously executed at multiple locations, on multiple vessels. The present location of LCU-2000 vessels is subject to change and therefore exact quantities of vessels at each loca tion will not be provided with this request for information. d. The C4ISR equipment, while not secret, is classified operational security (OPSEC)sensitive and requires special handling, storage, and clearance. Employees handling any COMSEC sensitive equipment and/or material will need to have a verifiable secret c learance. In addition, the contractor's facility will require clearance prior to handling or performance of any effort relative to the COMSEC portion of the LCU-2000 C4ISR installation effort. Securing Facility Clearance entails the completion of the Con tract Security Classification Specifications (DD Form 254) form, and a NSS facility review and approval. The DD Form 254 is designed to provide security requirements and classification guidance needed for performance of a classified contract or one where handling of security sensitive equipment or data will be required. The DD Form 254 will be annotated as to the security requirements that the Contractor and any/all related subcontracts/subcontracts must adhere to for the immediate/specific contract. e. Contractor personnel assigned to the LCU-2000 C4I/CEN installation effort shall be capable of handling and processing information, material, and equipment at the appropriate security level throughout this effort and shall be fully trained and competent m in the use and operation of the C4I/CEN, having licenses for the tasks where licensing is required. Upon written request of the government all validation and verification of qualifications, certifications, licenses and security clearances shall be provi ded to the contracting office. f. The MWO is not complete, however the following is a partial list of the major components for the Navigation and Communication suite equipment that will be placed onboard each LCU-2000 vessel. Name: Quantity Navigation Equipment STD 22 Gyro Compass System 1 Gyro Repeater 1 Pilotstar D Autopilot System 1 ARPA Radar NSC2525/7XU console version 1 ARPA Radar NSC2530/12SU console version 1 Global Positioning Systems LEICA, MX 420/8 Control and Display 2 W/Power and Data Cables Weather System 1 Integrated Navigation and Situational Awareness System 1 Automatic Identification System 1 Global Maritime Distress and Safety System (GMDSS) Console, Three Bay Sailor C469300 1 TACTICAL RADIOS Harris AN / VRC 103 Radio 1 AN/VRC 103 PRC/117F 1 Commercial MF/HF Radiotelephone (FURUNO) FS 2570 FURUNO MF/HF RADIO 1 Marine VHF Radio Telephone (DSC 500 Pro (M)) DSC 500 PRO VHF RADIO 1 Cable 40 Meter for MX 420/8 Antenna 1 Tactical Communications Computer Computer Industrial Rackmount 1 STS-3221, 2U Secure Facsimile Machine FAX Secure SFX2000M 1 VHF Marine Handheld Radios Radio, Handheld ICOM M88-11 10 SATCOM IRIDIUM 1 Tactical Radio Controller Controller, Compact Data VDC 200 1 NOTE: Quantities listed are per LCU vessel, C4I/CEN suite Request for Information Questions: 1. General Information: Company Name, Address, Phone Number, Website address, Point of Contract within the Company, and phone and email contact information. 2. Are you a wholly owned and operated United States Company? Are all of your corporate interests and holdings United States 3. Type of business (large, small, 8a, etc) and your Commercial and Government Entity (CAGE) Code. Does your company have any small business preferences: Veteran owned? Hub zone? Woman owned? Indian owned? Historically black colleges and universities? 4. Are you registered in the Contractor's Central Registration database? If not now, you will need to be in order to do business with the Government. See details at this web site: https://www.bpn.gov 5. Does your Company have a background with commercially available navigational equipment? Include both operational and technical aspects, and please identify the equipment. Does this experience apply to Watercraft vessels, and if so in what way? 6. Have you experience in performing the work described, or something substantially similar to that described? 7. Describe your background with commercial and/or tactical communication equipment, i.e. installation, operation, training? Does this experience apply to Watercraft vessels? In what way? 8. What is your Company's experience with commercial INMARSAT systems, i.e., installation, commissioning, training, operation? Have you ever installed any of these systems onto Watercraft vessels and/or provided the above services? 9. Does your Company have experience with Electro-Magnetic Interference (EMI) testing? Has it been successful? 10. Has your Company ever had a contract with the United States Government to provide training to the U.S. Army? 11. Is or has your company ever had any contracts with the U.S. Army Tank-automotive & Armaments Command (TACOM) or with the U.S. Army's Tramsportation Corps (Ft. Eustis, VA)? If so please list the agency, contract/order number, and the commodity provide d under contract. 12. A Contract for the LCU-2000 C4I/CEN upgrade effort will require performance in locations outside the continental United States (OCONUS), and possibly in a war zone. Do you have experience and/or capability in performing work at OCONUS locations? Lis t those locations, customer, and the approximate period of performance time frames for those efforts. 13. A Contract for the LCU-2000 C4I/CEN effort will require your company to obtain a contract specific facility clearance. Have you ever had a government contract that required you to perform on classified and/or sensitive programs? If so, please list. Do you have a current Facility Clearance and if so under which contract(s) and at what level is your facility clearance. Have you ever been denied a facility clearance? If so, provide details. 14. Does your Company have experience with current SOLAS, IMO, CFR and U.S. Coast Guard regulation/policies? 15. Is your company registered to ISO 9000-2000 or do you have a comparable quality program under which you operate? 16. Would you be interested in working on this effort even knowing that the minimum/maximum may be two (2) vessels? 17. Could you provide WITH YOUR RESPONSE a rough order of magnitude (ROM) cost for modification of up to 31 vessels. We understand that several key factors are not known/available at this time that would assist you in this effort. Please provide any pe rtinent assumptions you used in order to develop the ROM. The ROM will be used to develop estimated program costs in support of obtaining funding to support the LCU modifications. Here are details to assist you in developing a ROM: (a) A technical data/information package will not be provided with this request for information. It will, however, be provided with the request for proposal for the procurement and installation of the suite as part of the government furnished informat ion. It is anticipated to include technical installation drawings, technical manuals, operator manuals, training manuals and materials. (b) Although the list of major components of the C4ISR suite does not include ancillary materials required for any installation (i.e., cables), we would like you to attempt to include some estimate to account for the additional costs that would be incur red for these items. (c) Removal of the existing equipment will be required as part of the work effort to upgrade the LCU 2000 suite. (d) Recommend developing pricing based on a quantity of 31 vessels, with work anticipated being performed at multiple locations. (e) Travel to the various locations is required; reimbursement for travel and per diem expenses are limited to the rates established in the Joint Travel Regulation. Travel can be estimated using CONUS locations of Ft Eustis, VA and Mare Island, CA; and OCONUS locations of Japan and Kuwait.
 
Place of Performance
Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
Country: US
 
Record
SN00854973-W 20050728/050726212437 (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.