Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2006 FBO #1636
SOLICITATION NOTICE

58 -- Lightweight Counter Mortar Radar System, Increment III development effort for thirteen (13) test systems.

Notice Date
5/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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-W008
 
Response Due
7/21/2006
 
Archive Date
9/19/2006
 
Small Business Set-Aside
N/A
 
Description
The Lightweight Counter Mortar Radar (LCMR) is a lightweight, man-portable weapon location sensor system which, when properly sited, provides continuous 360-degree surveillance using an electronically scanned antenna. The LCMR provides the ability t o automatically detect and locate mortar firing positions (MFP) up to a range of five (5) km by detecting the mortar round and backtracking to the MFP. Currently fielded Increment I and Increment II versions of the LCMR are providing counterfire support in Operation Iraqi Freedom (OIF) and Operation Enduring Freedom (OEF). The LCMR Increment III system shall fulfill a current capability gap of existing c ounter fire radars and improve the capability of the previous LCMR systems. It shall be a mortar, artillery, and rocket locating radar that is lightweight, physically small in size and electronic signature, with 360-degree search capability. The LCMR sys tem will have increased accuracy and range, be highly mobile, interoperable, have built in reliability, and be a ruggedized battlefield radar system with high throughput. The system shall be interoperable with Advanced Field Artillery Tactical Data System s (AFATDS), Army Battle Command System (ABCS) and future Command and Control (C2) systems, and have a day/night capability for supporting Warfighters in all operational environments including Military Operations in Urban Terrain (MOUT). The system shall b e modular in design, man-portable, and capable of being assembled, disassembled, and transported by a two soldier crew in virtually any position to support any operation. The LCMR Increment III shall be designed to be High Mobility Multi-Purpose Wheeled V ehicle (HMMWV) mountable as well as deployable in a stand alone, man-portable configuration. The Government intends to release the Request for Proposal (RFP) in the 3QFY06 to the Interactive Business Opportunity Page (IBOP), https://abop.monmouth.army.mil, for a cost reimbursement contract to acquire a twelve (12) month developmental effort to del iver up to thirteen (13) LCMR Increment III systems. PM Radars, with the support of the Army Test and Evaluation Command (ATEC), anticipates an additional three (3) month Increment III testing effort to validate the performance of those systems through de velopmental and operational testing. At the conclusion of the Increment III test and evaluation phase, all exit criteria shall be satisfied. The contract shall also include a Time and Materials (T&M) line item for contractor support during operational te st. Research, Development, Test and Evaluation (RDT&E) appropriations shall be used. The Key Performance Parameters (KPPs) established for Increment III include improved range and accuracy performance requirements, net-ready communications (interoperability), 360-degree coverage, and reliability. The Government plans to incorporate requirements for associated efforts such as production acceptance qualification, evolution of Performance Based Logistics (PBL) and documentation (to include a Technical Data Package), initial spares, and training. The Government projects GFE contractor requests to include: one M1152 HMMPWV (with armor kits), Ultra Lightweight Camouflage Net Systems (ULCANS), Single Channel Ground to Air Radio Systems (SINCGARS), Tactical Communications (TAC) Links, Engineering Desig n Models (EDM), Mission-Oriented Protective Posture (MOPP) gear and associated basic issue items (BII) which will be required for Increment III development and test. The proposed source is Syracuse Research Corporation (SRC), 6225 Running Ridge Road, North Syracuse, NY 13212. SRC is the designer and developer of the current LCMR Systems (Increments I and II) and is uniquely qualified to meet the Governments requireme nts. The Government does not possess a Technical Data Package (TDP) for either of the two existing versions of the LCMR system as all radar versions were acquired under Research and Development contr acts with spiral developments continuing to increase the performance levels. The design has not been stabilized due to outstanding engineering changes and a lack of any formal configuration management. Due to this design instability, the Government has n ot procured a technical data package necessary to enable any other source to incorporate all outstanding engineering changes/upgrades and provide the Increment III version. All responsible sources, that meet the above requirements, may submit a proposal, which shall be considered by the agency. All interested contractors must possess a Secret facility clearance with Secret safeguarding capability. Access to Secret and For Official Use Only (FOUO) information may occur during the course of this contract. All interested contractors should forwar d their in the clear address, Cage Code, point of contact with title and telephone number, and e-mail address to US Army C-E LCMC, C-E LCMC Acquisition Center, ATTN: AMSEL-AC-CC-RT-W, Joseph Manganaro, Fort Monmouth, NJ 07703-5008, email address: Joseph.M anganaro@us.army.mil to verify clearance See Numbered Note 22.
 
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
SN01053137-W 20060520/060519134601 (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.