Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2007 FBO #1970
MODIFICATION

16 -- Modification to synopsis.

Notice Date
4/17/2007
 
Notice Type
Modification
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-07-R-0476
 
Response Due
5/15/2007
 
Archive Date
7/14/2007
 
Small Business Set-Aside
N/A
 
Description
The Government has a requirement for a commercial-off-the-shelf (COTS) or modified commercial hardware solution to the requirements of GPS Message Router (GMR) performance specification (AVNS-PRF-10824). The GMR will have internal GPS capability, si x (6) Ethernet IEEE 802.3 10/100 base T interface ports, three high speed, multi-protocol serial interface ports serial ports (EIA-232 or EIA-422 synchronous or asynchronous serial communication), at least one 480 Mbps USB (USB 2.0) port and will meet mili tary environmental requirements. The GMR will provide the interface between the Air Warrior computer (EDM) and the Aircraft mounted GPS antenna and the Blue Force Tracking (BFT) transceiver. This effort will be accomplished in two phases. In the first phase, based upon full and open competition, firm-fixed price contract(s) not to exceed $300,000 will be awarded to a maximum of two offerors for the delivery of four (4) production representat ive hardware samples and functional demonstration software. The intent of Phase I is to promote competition through the delivery and initial Government evaluation of actual product samples. Competition for this effort will be limited to contractors who sa tisfy the following three requirements: -- Contractor must be Free from Foreign Ownership, Control and Influence (FOCI). --Contractor must have a facility clearance of SECRET or higher in accordance with DoD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM). --Contractor is required to have a COMSEC account established by the US Government. This requirement is specified in DoD 5220.22A, Communications (COMSEC) Security Annex. The Phase II procurement is for a 5-year IDIQ production contract that will be limited to the offeror(s) selected for the Phase I effort. The estimated total lifetime hardware purchases from the Phase II contract is 6,000 units. The Government will relea se a Phase II RFP with a production statement of work to the selected offeror(s) approximately 45-60 day prior to the specified delivery date for the Phase I hardware samples. Offeror(s) shall submit their Phase II proposal concurrently with the delivery of their four GMR hardware samples required as deliverables for Phase I. The Phase II RFP will require the offeror to provide pricing data to perform the production statement of work and provide GMR unit price data. The contractor with the lowest price a nd technically acceptable hardware, as determined through the performance of limited Government acceptance testing, will be awarded the Phase II production contract. The release of the Phase I RFP is anticipated on or about 15 May 07.
 
Place of Performance
Address: US Army Aviation and Missile Command (Aviation) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN01275091-W 20070419/070417221438 (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.