Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2005 FBO #1468
SOURCES SOUGHT

17 -- Wideband SATCOM Systems

Notice Date
12/1/2005
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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-06-R-W234
 
Response Due
12/23/2005
 
Archive Date
2/21/2006
 
Small Business Set-Aside
N/A
 
Description
Note 25. The Government is seeking information on wide bandwidth airborne data SATCOM communications systems meeting the following criteria. a. Only Commercial-or Government off-the-Shelf (COTS) Non-Developmental Item (NDI) or minimum developmental system will be considered. b. Minimum bandwidth, 1.5 Mbps., desired bandwidth up to 10 Mbps. c. Bit Error Rate (BER) adequate for TCP/IP protocols. d. System must operate direct air to satellite. e. L thru Ka frequency bands will be considered with a preference for Ku. f. Global operation to greatest extent possible. This requirement may be met with multi-band hardware or Line Replaceable Unit (LRU) replacement for alternate band operation. g. System Size, Weight and Power (SWaP) (28 VDC) and antenna size must be compatible with US Army C-12 type aircraft. 2) Responses should include (as a minimum): a. System performance; BER, bandwidth for initial field version and maximum growth bandwidth. b. List of satellites with available transponders in the target frequency band(s). c. System SWaP. d. System block diagram. e. Description of user data interface. f. Platform data requirements, e.g., navigation data for antenna pointing. g. System limitations, e.g., weather, altitude, etc. h. System maintenance support concept. i. Cost, system #1, copy 2, 3, 4&. j. Availability (number of months after contract award). Any data considered proprietary should be plainly marked. Support contractors with hardware exclusion agreements in the topic areas who are dedicated to Program Office contracts will have access to the data. Interested offerors need to have complete respon ses should be submitted no later than 23 December 2005. Provide all responses to the C4IEWS Acquisition Center and the PM ARL office via Federal Express. Any technical clarifications can be addressed via email to the below addresses. a. C4IEWS Acquisition Center Attn: AMSEL-AC-CC-RT-V Bldg 1208-W, 2nd Floor Fort Monmouth, NJ 07703 Jane.E.Watters@us.army.mil 732-427-1322 b. US Army PMO ARL Attn: Charles Crook / Mary Laing 19844 Blue Ridge Mountain Road Bluemont, VA 20135 Charles.Crook@us.army.mil Mary.Laing@us.army.mil 540-542-5238
 
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
SN00943005-W 20051203/051201212208 (fbodaily.com)
 
Source
FedBizOpps 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.