Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
SOURCES SOUGHT

58 -- Single Channel Ground and Airborne Radio System (SINCGARS) Radios, Spares, and Engineering Services

Notice Date
5/10/2006
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications 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-J201
 
Response Due
6/9/2006
 
Archive Date
8/8/2006
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address US Army Communications-Electronics Life Cycle Management (C-E LCMC) Command, Acquisition Center, ATTN: AMSEL-AC-CB-RT-AB, Building 1208, Fort Monmouth, NJ 07703-5008 Description MARKET SURVEY Solicitation Number W15P7T-06-R-J201 Single Channel Ground and Airborne Radio System (SINCGARS) Radios, Spares, and Engineering Services The Government has identified a requirement to purchase increased quantities of the Single Channel Ground and Airborne Radio System (SINCGARS) currently being procured under the SINCGARS Omnibus Contract Number W15P7T-05-D-J101. Additional quantities of SI NCGARS are required to meet backorders, increased surge demands for war requirements, and a significant increase in the requirements for new SINCGARS to support the Modular Force reorganization of the Army. Contract Number W15P7T-05-D-J101 was awarded on a competitive basis to ITT Industries, Aerospace/Communications Division (ITT), 1919 W. Cook Road, Ft. Wayne, IN 46801 on November 30, 2004 for the manufacture of the ITT designed SINCGARS assemblies RT 1523 ( ), AM-7239 ( ), AM-7238 ( ), RT-1477, RT 1478D and spare parts. This contract is a Firm-Fixed-Price (FFP) and Time and Materials (T&M), Indefinite-Delivery Indefinite-Quantity contract, with a five-year base period and two option years to procure SINCGARS, spare parts and sustainment support for the ITT family of SINCG ARS. The contract also requires delivery of an Export Version of the SINCGARS, based on RT-1523E, for Foreign Military Sales customers. A Technical Data Package (TDP) for the Export Version of the SINCGARS is not available. The Government is currently pursuing an effort to expand the capability of the SINCGARS configuration to add a second channel radio titled the SINCGARS Sidehat, capable of running a SCA 2.2 compliant Soldier Radio Waveform (SRW) or Enhanced Position Locati on Reporting System (EPLRS) waveform (operator selectable), to provide the dismounted soldier connectivity to the Tactical Internet. The Sidehat is an ITT proprietary design at this time. The intent is to provide the capability as a constructive engineer ing change to the existing SINCGARS configuration and produce this hardware on this contract since the SIDEHAT requires power and Man Machine Interfaces from the SINCGARS radio to operate. The SINCGARS Receiver Transmitter has been redesigned to provide t he hooks to support this initiative. The Government is seeking interest from alternate sources capable of producing a build to print version of these configurations at a rate of 6,000 radios per month. This contract includes support of all generations of ITT manufactured SINCGARS to include the Integrated Communications (ICOM) Security RT-1523, 1523B, RT-1476, RT-1477, RT-1478, System Improvement Program (SIP) RT-1523C, and Advanced System Improvement Pr ogram (ASIP) RT-1523E and RT-1478D. The contract includes provisions for an Obsolescence Internal Risk Reserve Fund to address major obsolescence issues. To maximize the flexibility in modernization of the older assemblies, configuration control of the S INCGARS configurations under this contract has been reassigned to ITT to support this ongoing redesign effort resulting in new drawings that have not been delivered to the Government. Consequently, the Technical Data Package (TDP) which supports the manuf acture of these assemblies has become unstable because the redesigns are ongoing and drawings are not yet delivered to the Government for these redesigned configurations. Since the initiation of this contract, the Governments requirement for SINCGARS has increased from a quantity of 245,000 Ground and 9,345 Airborne radios to 472,564 Ground and 12,500 Airborne radios. This requires the Government to increase the contract ceiling on the existing production contract to support the procurement of the additio nal required radios. The Government is seeking to identify sources with the capabi lity to produce this radio and associated spare parts over the next 3-5 years. Interested sources must demonstrate that they have the plant capacity to meet monthly demands of up to 6,000 SINCGARS Line Replaceable Units, and additional spares requirements that equate to approximately 500 Receiver Transmitters per month. Deliveries must begin within 9 months of contract award to include completion of First Article Testing (FAT) to satisfy the Armys accelerated fielding schedules. FAT to qualify the produc tion line will be required for all sources, other than ITT, that are interested in the proposed action. Any source interested in the proposed action will be required to produce the existing version of SINCGARS configurations. Due to the significant impact of an alternate designed product on the Logistics training and support system which would be introduced by a different design, the Government requires that the product produced under this effort be a build to print effort. Contract Number W15P7T-05-D-J101 also includes requirements for services, to include the repair of all hardware and ancillary items listed under the contract and hardware acquired under the contract. Engineering support services are required to be perform ed throughout the length of the contract for efforts related to supportability analysis, development, manufacturing, and testing and fielding of SINCGARS items delivered under this contract. Selected engineering tasks include, but are not limited to: 1) The evaluation of the maintenance concept to ensure the most cost-effective sparing options are maintained on elected models or assemblies affected by obsolete components 2) The update of field maintenance procedures as required, to include organizational level as well as the AN/GRM software and technical documentation support., are required to be performed and 3) Production of the Sidehat (SRW) waveform accessory item. Contractor Field Service Representative (CFSR) support of all system installations, training and field support of all SINCGARS equipment is also required to be performed under this contract. SINCGARS training support services and material are required to be provided. The CFSR support will include the responsibility to conduct in-country site surveys, installation kit development and spare parts packages and engineering support to resolve field identified technical issues with the SINCGARS radio system. Interested sources may identify their interest and capability to meet the Governments requirements. Sources capable of providing these items in accordance with the Governments requirements, to include the required delivery schedule shall respond in wri ting. The response should be a short introductory description (unclassified) outlining a viable approach that meets the above needs and should address production capabilities. Responses from interested sources shall address their capability to act as a s ingle provider for the SINCGARS, spares, and services. Submit one electronic copy of the submission to the following: Commander, US Army Communications-Electronics Life Cycle Command Acquisition Center ATTN: AMSEL-AC-CB-RT-AB (Dennis Allen) Bldg. 1208 Fort Monmouth, NJ 07703 Telephone: 732-532-5416 email: Dennis.Allen2@us.army.mil Submit one electronic copy of the submission to the following: Project Manager, Tactical Radio Communications Systems ATTN: SFAE-C3T-TRC-TR-CF (James Bowden) Bldg 455 Fort Monmouth, NJ 07703 Telephone: 732-427-3062 email: James.Bowden@us.army.mil Submit one electronic copy of the submission to the following: Logistics and Readiness Center ATTN: AMSEL-LC-COM-R Building Fort Monmouth, NJ 07703 Telephone: 732-532-1894 Email: Denis.Chan@us.army.mil
 
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
SN01045582-W 20060512/060510221020 (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  © 1994-2020, Loren Data Corp.