Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOLICITATION NOTICE

59--58 -- Sources Sought for Tactical Switch Equipment Requirements (TSR)

Notice Date
9/17/2007
 
Notice Type
Solicitation Notice
 
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
MARKET-SURVEY-4040-1
 
Response Due
10/1/2007
 
Archive Date
11/30/2007
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army is seeking to identify any vendors who are capable of providing the various types of existing switching equipment with associated peripherals and ancillary items. We are seeking sources from which existing tactical communications switch ing equipment that has been certified interoperable for joint-services operation can be purchased and provided to various government Defense Agencies and Services. The only tactical communications switching equipment that currently meets the government's r equirements is that equipment which is manufactured by General Dynamics C4 System. Items include but limited to in this Market Survey are for the following tactical communications equipment and associated items: Compact Digital Switch (CDS); Switch Multipl exer Unit (SMU); the Army family of Line Termination Units (LTUs); Single Row Nest (SRN), etc. This also includes any and all associated peripherals, cables and variable circuit card sets, which are associated with the above designated equipment. The swit ching equipment must be able to load and run the Common Baseline Circuit Switch (CBCS) Circuit Switch On-Line Operational Program (CSOLOP) software, which is under the configuration management control of the CECOM Software Engineering Center (SEC). Additio nally, any proposed alternative to the above equipment must be form, fit and function exactly the same as the aforementioned equipment. The equipment designated above provides existing, forward-looking, tactical switching systems, which have already been c ertified for Joint Services interoperability by the Executive Agent (EA) for Theatre Joint Tactical Networks (TJTN). Any replacement systems must also be certified for Joint Services interoperability. As the Government does not own the full technical docum entation and data rights to the aforementioned equipment, potential qualified vendors must obtain/possess the technical documentation and data rights to the GD-C4S equipment, and all the necessary associated items to include Circuit Card Assemblies (CCAs) in order to meet the various terminal interface requirements of all potential customers. All potential qualified vendors must also possess and demonstrate an intimate knowledge of the systems with which the aforementioned equipment will interface, i.e. the Mobile Subscriber Equipment (MSE) and AN/TTC-39 families of circuit switch and message switching assemblages. There are a total of 120 different items involved. Due to the size and the limitation of this market survey posting, the items cannot be posted w ithin the body of this text. Interested parties should request the listing through the e-mail provide below. This announcement is an expression of interest only and does not commit the government to pay for proposal preparation costs. Interested parties sh ould be alert for subsequent announcements that may be published in the Commerce Business Daily. Responses to this announcement should contain a Title Page, Synopsis, System(s) Description, and Supporting Data. The title page should contain the system(s), date, and the name and telephone number of the author and/or other points of contact. The synopsis should provide evidence of vendor experience and briefly summarize the capabilities of the vendor to support the equipment cited above. It should also provid e approximate cost and lead times for the purchasing of proposed equipment. The supporting data should augment the description(s) with any test data or other information, which would help fortify the assertions provided in the description(s). Successful su pplier may be required to warrant that the items supplied will satisfactorily perform when used for the purpose intended by the Army and that it will be delivered on time. The Government intends to award a 5 year and a one year option, Indefinite Delivery , Indefinite Quantity (IDIQ) type contract. Vendors capable of furnishing the equipment that will satisfy the above specified requirements must so indicate by r esponding in writing to the procuring activity no later than Oct 1,2007. Written responses shall be sent to HQ, CECOM, ATTN: AMSEL-LC-COM-C-SS (Let Chin), Building 1202W, Fort Monmouth, New Jersey 07703-5000. Response via electronic media using Microsoft O ffice 2000 products (i.e., Microsoft Word and Excel), and Adobe Acrobat (Portable Document Format) is acceptable. EMAIL ADDRESS: let.chin@us.army.mil POC: Let Chin (732-532-7132)
 
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
SN01409673-W 20070919/070917221415 (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.