Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

70 -- Ruggedized Joint Range Extension (JRE)

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB UNIT 3115, APO, AE, 09094-3115
 
ZIP Code
09094-3115
 
Solicitation Number
FA5613-06-R-3004
 
Response Due
9/21/2006
 
Archive Date
10/6/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. The solicitation number is: FA5613-06-R-3004 issued as a ?Request for Proposal?. 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12, 4 August 2006. 3. The Set-aside Program is not applicable. 4. Description of requirement: NOTE: PLEASE IDENTIFY PROPOSED CURRENCY Item No.: 0001 Quantity: 1 Unit: Each Unit Price: ________________ Total Amount: ___________________ Supplies/Services: Fully Interoperable Rugged Line of Sight and Beyond Line of Sight Link-16 System, that supports multiple Link-16 (J-Series) message protocols adapted to various communication media. The protocols should be interoperable with both legacy (e.g. Satellite TDL J) and developing operating systems utilizing MIL-STD-3011 systems. It is required to extend the rage of Link-16 networks beyond-line-of-sight to overcome limitation of traditional Link-16 (i.e. JTIDS and MIDS) Radios, thus reducing the dependency of airborne relays. The following is a list of basic system requirements, requested capabilities, supported communictions protocols, and Network Design Load (NDL) loading capabilities. Basic System Requirements 1. Unix based operating system 2. DVD/RW 3. Removable hard drive 4. Built in GPS function 5. 17? or larger monitor 6. Battery Backup (UPS) 7. 5U or less Transit Case (approx 24? x 12? x 36?) 8. Optional rack mountable 9. Include all cables required to support on board data link capabilities. Requested Capabilities 1. Able to route ALL Link-16 messages 2. Process and forward defined or undefined J-Series Messages 3. Certified as a J-to-J connectivity forwarder 4. Ability to set TX and RX filters by track category and J-series message 5. Support the establishment of 16 to 32 redundant links allowing for robust filtering and routing of the links to multiple sources and automatically resolve data loops. 6. Capable of serving as a JTIDS terminal control and Network Design Load editing status; supporting full NDL editing capabilities. 7. Preferable to have precise message stamping on all J-messages via on board GPS timetag. 8. System should require minimal operator training and have 24/7 online/help desk assistance. 9. Ability to display air, ground, surface, and subsurface tracks. Supported Communication Protocols 1. MIL-STD 3011, Network Controller Appendix A UHF DAMA Network Participant, Network Broadcast, and Network Listener 2. MIL-STD 3011, Synchronous (SHF), Appendix B Point-to-Point Asynchronous (RS-232) 3. MIL-STD 3011, TCP/IP Server and Client, Appendix C Ethernet v.0 and v.1 4. UDP/IP Unicast 5. S-TADIL-J (STJ) S-TADIL-J Gateway Controller (STGC), S-TADIL-J Gateway Scheduler (STGS), and S-TADIL-J Gateway Unit (STGU) 6. Serial J, MTDS Asynchronous (RS-232) 7. MTDS TCP/IP TCP/IP Server and Client 8. Link-16 Terminal USAF MCE (1553) 9. USMC MCE 91553 10. US Army 2M (X.25) 11. MIDS LVT-2 (X.25) 12. MIDS LVT-2 (Ethernet) preferable 13. MIDS LVT-1 (Ethernet) preferable NDL Loading Services 1. Terminal initialization 2. Set transmit mode (normal, polling, DATA silence radio silence) 3. Enable/disable thermal override 4. IPF Reset 5. LRU/SRU BIT 6. Start net entry 7. Net entry reset 8. Set terminal time, time of day error 9. Status transitions cached for requestor 10. Initialization and net entry status (updated each MUX cycle) 11. Ongoing status (terminal status block 1) 12. 12-Second status (terminal status block 2) The required delivery date for the above item is 15 Dec 2006. Ship to FOB Destination: APO: 32 AOC/COD/JICC ATTN: TSgt Jesse Crandall Unit 10040, Box 10 APO AE 09094 Commercial: 32 AOC/COD/JICC ATTN: TSgt Jesse Crandall Flugplatz Ramstein AB Building 98, Unit 10040, Box 10 66877 Ramstein, Germany 5. The following FAR provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors -- Commercial Items (Jan 2006); 52.212-2, Evaluation -- Commercial Items (Jan 1999): The Government will award a single commercial firm fixed-price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. Award will be made based on the lowest price proposal. 52.212-4, Contract Terms and Conditions -- Commercial Items (Sep 2005); 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2006) with clauses 52.203-6, 52.232-33, 52.232-34 marked; 52.215-5, Facsimile Proposals (Oct 1997); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2006) with clauses 52.203-3, 52.205-7000, 252.225-7001, 252.232-7003, 252.247-7023 and 252.247-7024 marked; 52.247-34, F.O.B. Destination (Nov 1991); 252.229-7001, Tax Relief Alternate I (Jun 1997); 252.229-7002, Customs Exemptions (Germany) (Jun 1997); 252.232-7003, Electronic Submission of Payment Requests (May 2006); 252.233-7001, Choice of Law (Overseas) (Jun 1997); 5352.201-9101, Ombudsman (Aug 2005). Offerors must include a completed copy of the FAR provision at 52.212-3 (An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision) and 252.212-7000, Offerors Representation and Certifications -- Commercial Items (Jun 2005) and (Jun 2006); 5352.225-9004, Submission of Offers in Other Than United States Currency (Jun 2006). 6. Proposals shall be submitted electronically or by FAX not later than 21 Sep 2006, 16:00 hours local time to one of the following e-mail addresses: Inge.Jenkins@ramstein.af.mil or Gabriele.Binder@ramstein.af.mil or FAX No. 49-631-536-8410. Late submission will be handled in accordance with provision 52.212.1(f). Contact Inge Jenkins, tel. 49-631-536-6032 or Gabriele Binder, tel. 49-631-536-8326 for information regarding this solicitation.
 
Place of Performance
Address: Ship to (APO):, 32 AOC/COD/JICC, ATTN: TSgt Jesse Crandall, Unit 10040, Box 10, APO AE 09094, , Ship to (commercial):, 32 AOC/COD/JICC, ATTN: TSgt Jesse Crandall, Flugplatz Ramstein AB, Building 98, Unit 10040, Box 10, 66877 Ramstein, Germany
Country: GERMANY
 
Record
SN01145212-W 20060917/060915221239 (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.