Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOURCES SOUGHT

58 -- RFI for the JTT-Senior AN/USC-62(V)X(c) Upgrade Kit

Notice Date
3/30/2007
 
Notice Type
Sources Sought
 
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-O7-RFI-DCGSA-O1
 
Response Due
4/30/2007
 
Archive Date
6/29/2007
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE & REQUEST FOR INFORMATION. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. No solicitation is available. This RFI is released pursuant to FAR Part 15.201(e), Exchange with Industry. The Government is Request for Information (RFI) for the Joint Tactical Terminal-Senior (JTT-Senior) Pre-Planned Product Improvement (P3I) development and production of the upgrade kits and provide technical support for the JTT-Senior to support new Integra ted Broadcast Service (IBS) and National Security Agency (NSA) requirements. This request for information is for planning purposes only; this is not a request for Quotations or Proposals. The JTT-Senior is a special application Ultra High Frequency (UHF) Satellite Communication (SATCOM) and Line of Sight (LOS) secure intelligence dissemination terminal to receive intelligence data via the Intelligence Broadcast Service (IBS) networks. The terminals have embedded crypto modules and are dedicated to the delivery of critical, time sensitive information in near real time at system high security levels. The JTT-Senior is interoperable with the following waveforms: Tactical Reconnaissance Intell igence eXchange System (TRIXS), Integrated Broadcast Service-Interactive (IBS-I), Integrated Broadcast Service-Simplex (IBS-S), Tactical Data Information eXchange Subsystem B (TADIXS-B), and generic UHF General Purpose Link. Raytheon Network Centric Syste ms of St. Petersburg, FL is the Original Equipment Manufacturer of the JTT-Senior configuration. The JTT-Senior IBS P3I upgrade includes: (1) Integration of an embedded Sierra II-based COMSEC module and NSA certification of the JTT-Senior with the new crypto module; (2) Porting and development of the IBS Common Interactive Broadcast (CIB) waveform and its certification; (3) Develop and integrate replacement Single Board Computers and associated operating system updates to process the CIB Waveform and Common Message Format (CMF); (4) Integration, verification, validation & testing of the upgrade kits within the JTT-Senior. In order to meet the IBS Technical Transition Plan requirements, the RDTE effort must be completed 24 months after contract award. Procurement of upgrade kits (estimated at 500 units) is anticipated to start after completion of the RDTE effort. Technical support commences at first upgrade kit delivery. The JTT top-level System Specification is available upon request. The Government does not own the JTT-Senior production drawings and product specifications (below system level). All interested sources with IBS terminal development and/or upgrade, and IBS waveforms experience must demonstrate the ability to perform JTT-Senior upgrade kit development and integration, end-to-end testing and production associated with the P3I tasks an d to provide technical support for the JTT-Senior with the upgrade kit. Interested sources are invited to send a response describing in detail their ability to identify and incorporate the new Single Board Computers and COMSEC devices, perform testing to validate requirements, achieve NSA certification, produce the upgrade kits, and provide technical support. Also, the response must include referenced resources such as available drawing, test results demonstrating that the vendor can meet the JTT-Senior F orm-Fit-and Functional requirement. In accordance with FAR 15.202(e), responsibilities to this notice are not offers, and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All propriet ary and restrict information shall be clearly marked. Any proprietary information submitted will be protected if appropriately marked. Provide response in MS Office format, to include supporting data, diagrams, cost and timelines to PM F&SA via email. Responses should be submitted no later than close of business 30 April 2007. Informat ion submitted does not constitute a proposal, but will be considered an exchange of capabilities and ideas. Technical questions and responses should be addressed to: Mr.?Hung Le, PM Fusion and Software Applications (F&SA), SFAE-IEWS-DCGS-A, Bldg. 550, Sal tzman Avenue, Fort Monmouth, NJ 07703-5304. Email address: Hung.Le@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
SN01263176-W 20070401/070330221018 (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.