Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2005 FBO #1396
SOURCES SOUGHT

59 -- Command and Control Fly Away Communication System

Notice Date
9/20/2005
 
Notice Type
Sources Sought
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
ACA, Fort McPherson GA , Southern Region Contracting Center-East, 1301 Anderson Way SW, Fort McPherson, GA 30330-1096
 
ZIP Code
30330-1096
 
Solicitation Number
W911SE-05-R-DB10
 
Response Due
10/6/2005
 
Archive Date
12/5/2005
 
Small Business Set-Aside
N/A
 
Description
This Is A Sources Sought Announcement Only For Purposes Of Conducting Market Research. There Is No Solicitation Available At This Time. Requests For A Solicitation Will Not Receive A Response. The Southern Region Contracting Center-East (SRCC-E), Fort McPherson, Georgia is conducting market research to determine the availability and capability for the procurement of a Command and Control Fly Away System needed for deployed troops. SRCC-E is also looking for information on the extent to which sma ll businesses are capable of performing as prime contractors in supplying the system. The Command and Control Fly Away System must be mobile with on-the-move capabilities in a vehicle as well as portable. Size and weight: 24 inches wide by 20 inches dee p by 14 inches high; weigh no more than 85 lbs. The System must use Commercial Off The Shelf (COTS) equipment with the main items being routers, laptops, inline network encryptors (KGs or KIVs) and an antenna when needed. General Requirements: 1. Voice Capabilities - secure and non-secure, commercial and defense switched network (DSN) capable, mobile (on-the-move) communications in military and commercial vehicle, CONUS and SWA (worldwide), capable of use in civilian hotels (worldwide), satellite compat ible; 2. Data Capabilities - secure and non-secure, mobile (on-the-move) transmission in military and commercial vehicle, Email (secure and non-secure) capabilities, web browsing (Internet, .MIL. and .SMIL sites), access to shared files and folders, CONUS and SWA (worldwide), capable of use in civilian hotels (worldwide); 3. Video-teleconference Capabilities - secure and non-secure, mobile (on-the-move), CONUS and SWA (worldwide), capable of use in civilian hotels (worldwide); 4. Maintenance - minimum one-y ear on-site support (within 72 hours), 24-hour on-line and phone support; 5. Size/Transportability - maximum two-person carry requirement, must fit into a HMMWV and SUV, must have man-pack (back-pack) adaptation capability; 6. Level of Complexity (Usabilit y) - requires maximum of three-week train-up time for new IT/Communications person, requires one person to operate, maximizes commercial-off-the-shelf technology; 7. Connectivity/Compatibility  must be compatible with existing Army and Joint secure and no n-secure technology infrastructure, data security must be via NSA-approved security devices, must include remote antenna system/capability; 8. Test and Acceptance - conducted in Southwest Asia (SWA), testing begins six weeks after contract signing; 9. Powe r - worldwide commercial power capability/adaptability, compatible with vehicle (commercial and military) power systems, battery life of at least four hours; 10. Documentation - Technical Manual required, Users Manual required, Parts List/Manual with supp liers required. The anticipated North American Industrial Classification System code for this acquisition is 517910; small business size standard is $12.5 Million. The Government will not reimburse any concern for any information that is submitted in res ponse to this Sources Sought request. Any information submitted is voluntary. Interested business concerns are invited to provide a capabilities statement demonstrating their ability to provide a Command and Control Fly Away System addressing the general requirements stated above. Also, please provide information giving a general range of the cost of the system and an estimate of the delivery time. All interested business concerns are required to respond to this sources sought announcement via email by October 6, 2005, 2:00 p.m. EDT. Responses shall not exceed 10 pages and must include company point of contact, email address, telephone number and fax number. The information provided in response to this sources sought will be used to finalize the acqui sition strategy for this requirement. All interested business concerns responding to this sources sought must contact Ms. Diane Biddy via email at Diane.T.Bidd y@us.army.mil.
 
Place of Performance
Address: ACA, Fort McPherson GA Southern Region Contracting Center-East, 1301 Anderson Way SW Fort McPherson GA
Zip Code: 30330-1096
Country: US
 
Record
SN00899585-W 20050922/050920212325 (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.