Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2007 FBO #2036
SOURCES SOUGHT

58 -- AN/PRC-150(C) ADVANCED HIGH FREQUENCY (HF) RADIO AND AN/VRC-104 RADIO SYSTEMS AND SUPPORT SERVICES  REQUEST FOR SOURCES SOUGHT NOTICE

Notice Date
6/22/2007
 
Notice Type
Sources Sought
 
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
W15P7T07RK259
 
Response Due
8/31/2007
 
Archive Date
10/30/2007
 
Small Business Set-Aside
N/A
 
Description
AN/PRC-150(C) ADVANCED HIGH FREQUENCY (HF) RADIO AND AN/VRC-104 RADIO SYSTEMS AND SUPPORT SERVICES  REQUEST FOR SOURCES SOUGHT NOTICE: This is not a solicitation. This is only a Sources Sought Announcement and will not bind the contractor or the Government in any way or at any time into a contract with any of the specified terms below. The Government is seeking a source that can provide a single solution for the required hardware and services described herein. Individual component vendors will not be considered. INTRODUCTION The U.S. Army is conducting this market survey, seeking to identify vendors that are capable of providing the AN/PRC-150 Radio System as defined in the table below. The current source for this HF Radio System is Harris Corporation, 1680 University Avenue R ochester, NY USA 14610, CAGE 14304; under SOCOM contract H92222-07-D-0008. The radio system is comprised of five configurations (1) AN/PRC-150(C), 20 Watt Manpack; (2) AN/VRC-104(V)1, 20 Watt Vehicle System; (3) AN/VRC-104(V)3, 150 Watt Vehicle System; (4 ) AN/TRC-209, 150 Watt Base Station Transit Case ; and (5) AN/TRC-210 (V)2, 400 Watt Base Station Transit Case enclosed components. The AN/PRC-150 is an advanced, nomenclatured, HF/VHF manpack radio that provides reliable tactical communications using U. S. Government Type 1 encryption for voice and data performance in both the clear and secures modes, reduced size and weight, and extended battery life. The removable keypad/display unit enables operation on the move with the transceiver stowed in the user s backpack or rucksack. The AN/PRC-150(C) HF-SSB/VHF-FM transceiver covers from 1.6 to 60 MHz at 1, 5, and 20 watts (10 watts FM) PEP/Average. Modes include USB, LSB, CW, AME, and FM. Two types of encryption are required for this radio; U.S. Government Type 1 and Coalition encryption. This radio must interoperable with standard Citadel equipped radios in secure mode in both HF and VHF bands. The radio must also interoperable in fixed fr equency and ALE with other HF and VHF radio systems. The Type 1 encryption is interoperable with KY-99, KY-100, and KG-84 cryptos for HF systems and KY-57 crypto for VHF systems. Coalition encryption is based on the proven Harris Citadel encryption which i s used to interoperate with NATO and Partners for Peace countries in the secure mode. The AN/PRC-150(C) Radio system includes as a minimum: " Radio Transceiver " Operators Manual " OE-505 Manpack Antenna Kit " Enhanced H-250/U type Handset " Battery Case " Keypad/Display Unit remote cable " Ground Stake Kit " Radio Programming Application " Asynchronous Programming Cable " Tactical Chat Communications Software Potential sources must already possess, or be capable of obtaining a COMSEC account from the National Security Agency (NSA). DESCRIPTION/REQUIREMENT In addition to providing the hardware, the vendor will be required to provide services to support this equipment. The services include: (1) Planner Training Class intended for senior leadership, frequency managers, and network planners, (2) Operator trai ning class, (3) Installation services to install the HF Radio system hardware into various military vehicles such as M1026, M1114, M1068, C2Vs, Bradleys, Troop Carriers, etc. The vendor will be responsible to provide all the necessary hardware to facilita te the installation, and (4) Repair services will be required for all hardware provided or for hardware currently fielded as defined in the table. Training and Installation services will require the vendors to travel within CONUS and/or OCONUS locations. T he vendors trainer/installer personnel must have at least a Secret level security clearance. It is anticipated that a solicitation for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) type contract will follow. Quantities may vary due to deman d and available funding. CONTACT INFORMATION Interested sources should furnish the following information in the format provided below: 1. Name and address of company 2. Point of Contact (Name, address, phone number and e-mail) 3. Identify past and current products your company offers which most closely match the capabilities specified above (include electronic copies of product brochures, price list and specification sheets where possible) 4. Address your companys capability to act as a single provider for all hardware and services defined herein. DISCLAIMER This Sources Sought (SS) Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government, nor will the Government reimburse contractors for any costs associated with submit tal of the requested information.. The purpose of this SS is to identify potential sources that are capable of providing a single solution for the required hardware and services described herein. Individual component vendors will not be considered. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted or for Governmental use of such information. Acknowledgement of receipt of responses will not be made, nor will res pondents be notified of the Governments evaluation of the information received. Also, Proprietary Information should be clearly marked. SUBMISSION OF INFORMATION Please furnish the above requested information no later than 31 Aug 2007 via electronic mail ONLY TO: Technical POC: Charles.Gerald@us.army.mil with a copy furnished to Virginia.Knight@us.army.mil. NO TELEPHONE INQUIRIES OR REQUESTS WILL BE HONORED. Note: Files greater than 5MB will not transmit through the Fort Monmouth firewall. Therefore, any file greater than 5MB must be submitted by CD-ROM or DVD-ROM media to: Department of the Army PEO C3T, PM TRCS BLDG. 455S SFAE-C3T-TRC-WCSD (Charles M. Gerald) FORT MONMOUTH, NJ 07703-5509
 
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
SN01325995-W 20070624/070622235345 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.