Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2006 FBO #1818
SOLICITATION NOTICE

58 -- AIRBORNE AND MARITIME/FIXED STATION (AMF) JOINT TACTICAL RADIO SYSTEM (JTRS)

Notice Date
11/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, MA, 01731, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8726-07-R-0001
 
Description
This announcement serves as notice to all potential offerors that, on or about 28 December 2006, the Airborne and Maritime/Fixed Station (AMF) Joint Tactical Radio System (JTRS) Program Office, 653d Electronic Systems Group, Electronic Systems Center, Hanscom AFB, Massachusetts anticipates release of the Request for Proposal (RFP) FA8726-07-R-0001 for the AMF JTRS System Development and Demonstration (SDD) Phase and Optional Low Rate Initial Production (LRIP). The AMF JTRS Program has a two-phase development strategy: Pre-SDD and SDD. Pre-SDD was completed in October 2006. The Pre-SDD effort focused on the Radio Frequency (RF), network, and system architectures and initial designs for the AMF JTRS that will minimize platform integration costs. A key objective of Pre-SDD was to define and document performance requirements and associated system architectures that enable common software and hardware implementations across form factors/configurations. This notice is for the SDD Phase and Optional LRIP. The Government plans to conduct a full and open competition to select a single prime system contractor that will qualify the required number of AMF JTR production sources, and to focus on post-PDR design, testing, certification. The SDD contract will include priced options for Low Rate Initial Production (LRIP) of AMF JTRS. A Sources Sought synopsis for this action was published on 14 February 2006 under reference number FA8726-06-R-0003. The SDD acquisition will follow the competitive procedures of FAR Part 15 and associated supplements and utilize full and open competition. The Government plans to award one contract for the development of AMF JTRS Engineering Demonstration Models (EDMs) for the Small Airborne and Maritime/ Fixed Station JTRS on a Cost Plus Award Fee (CPAF) basis. Additional engineering studies, interim logistics support and training will be awarded on a Time and Materials Labor Hour (T&M LH) basis. The contract will contain options for additional waveform capabilities on a Cost Plus Incentive Fee (CPIF) basis. Finally, options for Low Rate Initial Production (LRIP) for the Small Airborne and Maritime/Fixed Station JTRS will be awarded on a Cost Plus Incentive Fee (CPIF) basis. The solicitation will be posted on the Internet at the Hanscom Electronic Request for Proposal Bulletin Board (HERBB) website: http://www.herbb.hanscom.af.mil. Under Business Opportunities, set Type and Location to ALL, click Go, and then scroll down to Airborne and Maritime/Fixed Station Joint Tactical Radio System SDD. In addition, the solicitation will be posted to Federal Business Opportunities website: http://www.fedbizopps.gov. Offerors will be provided forty-five (45) calendar days to respond to the solicitation. The Government will request that offeror?s proposals remain effective for 180 days following receipt by the Government. Telephone requests for the solicitation will not be accepted. Foreign-owned firms, including Canadian sources, will not be eligible to compete. Interested contractors desiring business with the Air Force shall be registered in the DoD Central Contracting Reporting System. The SDD effort requires access to the following classified information: Unified Information Security (INFOSEC) Criteria (UIC). Additionally, the SDD effort requires access to certain waveform specifications and other documentation with Government Purpose Rights. The offeror will be required to sign non-disclosure agreements (NDAs) before any Government Purpose Rights data/information is released to an offeror, per DFARS 227.7013-7 an 252.227-7013(b)(2)(iii)(A). The Government will post on the HERBB a copy of a DD Form 254 to be downloaded for contractor completion of blocks 6a, 6b, and 6c. The completed DD Form 254 shall be submitted via facsimile to Ms Allorria Harris, Contracting Officer, at FAX 781-271-6114. Upon verification of the DD Form 254, the Government will contact the offeror to start the process of NDA completion and to set up an appointment for offeror?s review of classified information at Hanscom AFB, MA at a date no earlier than the release of the RFP. A hard copy of the completed DD Form 254 shall be provided with the submission of the proposal. This synopsis does not constitute a Request for Proposal. It does not restrict the Government as to the ultimate acquisition approach nor should it be construed as a commitment by the Government. Furthermore, offerors are reminded and cautioned that only Contracting Officers are legally authorized to commit the Government. Please direct any questions on this synopsis to the following individuals at ESC: Allorria Harris, Contracting Officer, 781-271-6279, Allorria.Harris@hanscom.af.mil or Walter Ronten, Contract Specialist, 781-271-5485, walter.ronten@hanscom.af.mil. Maii address Department of the Airforce, ESC, 653d ELSG/KN, 5 Eglin Street, MITRE Building D, Hanscom AFB, MA, 01731-2100.
 
Record
SN01182239-W 20061118/061116220526 (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.