Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOURCES SOUGHT

R -- Management of the systems integration, operations, maintenance and deployment of the AN/UYC14 Processor Group, Signal Data (aka. IDM-T Server Suite)

Notice Date
8/19/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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-IDMT
 
Response Due
9/2/2005
 
Archive Date
11/1/2005
 
Small Business Set-Aside
N/A
 
Description
The US Army Program Executive Office, Office of the Project Manager Tactical Radio Communications Systems (PM TRCS) and the Information Dissemination Management-Tactical Enterprise Service (IDM-T) Program, are seeking industry capabilities to continu e to manage the systems integration, operations, maintenance and deployment of the AN/UYC 14 Processor Group, Signal Data (aka. IDM-T Server Suite). Responses should be submitted to Ms. Jackie Weeks, PEO C3T PM TRCS, SFAE-C3T-TRC, Fort Monmouth, NJ 07703 , e-mail: jackie.weeks@us.army.mil. The IDM-T Program mission is to create an integrated suite of tactically tailored collaboration tools that facilitate users obtaining awareness and access to relevant, actionable information in a timely manner. In support of that mission, the IDM-T Program manages the procurement, engineering, development, test, production, delivery and deployment of AN/UYC-14 Processor Group Signal Data (IDM-T) systems to provide an information management capability for the Army and other military services. In addition, the IDM-T Program supports IDM-T systems deployed in Operation Iraqi Freedom/Operation Enduring Freedom (OIF/OEF) units in Iraq and Afghanistan. The IDM-T Program needs to continue this support through period of performance. IDM-T Program Obje ctives through FY06 include: acquisition support, systems engineering, development, test and operations and maintenance support for the IDM-T system, operations and maintenance support for the systems deployed with JNN units; on-site deployment (installati on and configuration), training and exercise support for FY 06 Joint Network Node (JNN) Spirals; Help Desk support for all deployed IDM-T server suites. The contractor will be responsible for day-to-day program office operation. Support shall be in the form of (1) Acquisition Support, (2) Operational User Help Desk Support, (3) Security, (4) Hardware/Network Infrastructure Systems, (5) OIF/OEF Deployment O perations, (6) System Integration of Tactical Network Systems and (7) SharePoint Portal Server Systems Integration. A Top Secret facility clearance will be required for this effort. It is anticipated that foreign participation will not be allowed at the prime or subcontractor level. The purpose of this sources sought/market survey is to determine if there is adequate interest and capability to execute this requirement. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ), five-year task order contract. Anticipate contract award in December 2005. This acquisition will be procured using full and open competition procedures. Firms responding should indicate if they are a large, small, an 8(a), a HUBZone small business, a v eteran owned small business, a service disabled veteran small business, a historically black college or university, women-owned business, or a minority institution. For this proposed acquisition and using the small business size standard for NAICS code 54 1710, the size standard of 500 employees applies. Foreign firms are advised to contact the Contracting Officer before submitting a proposal to determine whether there are any restrictions on receiving award. This notice does not constitute a request for proposal and is not to be construed as a commitment by the Government. This announcement is for information and planning purposes only and the Government will not pay for information submitted. NO TELEPHONE inquiries will be accepted. Note 25. Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Faci lities: Availability and description of special facilities required to perform in the technical areas under consideration; a statement regarding industry security clearance; (4) any other pertinent information as pertains to this particular area of procur ement that would enhance our consideration and evaluation of the information submitted.
 
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
SN00875029-W 20050821/050819212609 (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.