Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2005 FBO #1357
SOLICITATION NOTICE

59 -- Joint Network Node  Network (JNN-N) System.

Notice Date
8/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-05-R-J410
 
Response Due
10/28/2005
 
Archive Date
12/27/2005
 
Small Business Set-Aside
N/A
 
Description
The Program Manager for Tactical Radio System (PM TRCS), Fort Monmouth, NJ, plans to solicit and competitively award, on a best value basis, a ten year (five years basic plus five one-year options) Firm Fixed Price, Indefinite Delivery Indefinite Qua ntity (IDIQ) contract for the production and support of the Joint Network Node  Network (JNN-N) System. The JNN-N is a system of systems. It integrates Government and Commercial Off The Shelf (GOTS/COTS) technologies and Government Furnished Equipment (GFE) into a cohesive, modular, beyond line of site (BLOS) network that will provide required services and Global Information Grid (GIG) point of presence at the Unit of Employment X (UEx), Unit of Action (UA), and Battalion levels. All systems to be acquired under the proposed contract must be interoperable with all the existing JNN-N systems that have been or are being fielded. Full functionality and interface with a variety of Current Force circuit switches in the tactical communic ations network must be maintained. In addition to the production and Total Package Fielding of the JNN-N System Equipment, the successful offeror shall perform First Article Qualification Testing (FAQT) and Acceptance Testing of each system and equipment prior to acceptance by the Government. The successful offeror shall prepare and deliver supporting technical and logistics data, provide worldwide maintenance services and supply support for JNN-N systems furnished under prior Government contracts (JNN-N S pirals 1 through 7 as defined in the Bridge to Future Networks (BFN)) and all JNN-N Systems/equipment delivered under the instant contract (JNN-N Spirals 8 and beyond). The JNN-N System/Equipment acquired under this contract will allow for the seamless evolution into the future Warfighter Information Network  Tactical (WIN-T) System architecture. The minimum quantity is anticipated to be the First Article requirement which is anticipated to be completed within FY2006. Each individual delivery order will contain a delivery schedule. Time and Material (T&M) requirements will be used for services and materials which cannot be sufficiently quantified prior to Delivery Order award to allow it to be fixed-priced. The production contract will provide a turn-key state-of-the-art communicatio ns system and all associated services necessary to field, maintain and sustain the JNN-N system of systems. Using full and open competition and a best value source selection methodology, a single contract will be awarded. The NAIC for this contract is 334210. There will be no small business set asides. However, the Government encourages and anticipates interest ed potential large business primes to maximize business opportunities for small businesses at the subcontract and vendor level. A Small Business Participation Plan is required to be submitted by offerors which will be evaluated as part of the best value d etermination. This synopsis has been prepared as an aid to industry. We have made every attempt to accurately reflect the program requirements/information as of the date of its publication. PM TRCS has not received specific approvals for this acquisition at this time. All information contained herein is subject to change. Interested parties should subscribe to automatic e-mail notification concerning this synopsis. POINT OF CONTACT: Technical Representative is Cesar Mencia, cesar.mencia@us.army.mil Contracts Representative is Shanna Cermak, shanna.cermak@us.army.mil *PLEASE REFER TO THE ARMY SINGLE FACE TO INDUSTRY, INTERACTIVE BUSINESS OPPORTUNITIES PAGE (IBOP) FOR FUTHER POSTINGS.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00869541-W 20050814/050812212547 (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.