Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
SPECIAL NOTICE

99 -- NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT

Notice Date
6/6/2008
 
Notice Type
Special Notice
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785408R7012
 
Archive Date
12/30/2008
 
Small Business Set-Aside
N/A
 
Description
The Marine Corps Systems Command (MCSC), Quantico, VA intends to award a Sole Source, Firm-Fixed Price (FFP) contract with Cost Plus Fixed Fee (CPFF) Contract Line Item Numbers (CLINs) to L-3 Communications Corporation, 2 Federal Street, Camden, NJ 08102. This source possesses unique knowledge and capabilities required to perform this service. The contracts Period of Performance includes one base year and four option years extending to October 2013. The value of the contract is expected to be $70,000,000. The proposed contract action, for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302, is for services required to repair, upgrade and sustain the currently fielded Tactical Remote Sensor Systems (TRSS) System-of-Systems (SoS) providing unattended sensors, retransmission systems, and sensor monitoring systems. TRSS is deployed and operated by Ground Sensor Platoons (GSPs) in support of the Commanders intelligence collection effort. Once deployed, the remote systems operate autonomously to provide continuous, unattended surveillance to distant areas of the battle space. Remote sensors use multiple sensing modalities and radio communications methods to detect and report personnel and vehicle activity in designated areas of interest. The following are components of the SoS: 1. TRSS Unattended Ground Sensor Set (UGSS), AN/GSQ/257 is a suite of hand emplaced sensors that operate unattended and detects activity through seismic, acoustic, infrared, and magnetic sensing technologies. The UGSS primary sensor is the Encoder-Transmitter Unit Version II (ETU-II). The ETU-II is a low-resolution, seismic-acoustic target classification sensor which reports targets as wheeled vehicles, tracked vehicles, or personnel. Each UGSS includes 50 Infrared Intrusion Detector, Version IIs (IRID-II) and Magnetic Intrusion Detectors (MAGID) that can be attached to the ETU-II to provide additional target discrimination and counting capabilities. The IRID is a temperature-sensitive transducer that reports changes in its observed field of view and reports the direction of the activity it is traveling. The MAGID recognizes changes in its near-field magnetic environment and reports direction of movement. 2. Day/Night Imager Version II, AN/PSQ-21 is an integrated system of cameras, radios, and image processing hardware that captures and transmits images from areas under surveillance to distant sensor monitoring systems. Upon detection of sufficient pixel changes in the Field of View (FOV), the Imager captures an image. The Imager then uses its radio systems to send the image to sensor monitoring sites either directly, satellite communications, or via one or more Radio Repeaters. The Imager is remotely configurable to change operational modes, select camera controls, and change radio frequencies. 3. Hand-Held Programmer-Monitor (HHPM), AN/PSQ-22 is a portable, programmable, dual-band, sensor emplacement tool for programming sensor equipment, monitoring sensor activity, recording sensor positions, and testing Radio Frequency (RF) communications paths between remote device sites. Sensor imagery is displayed in the HHPMs Tactical External Viewing Assembly (TEVA). The TEVA may also be connected directly to the TRSS Imager when the user desires to see a cameras field of view. The HHPM menu provides a variety of user-selectable display preferences and test messages designed to enable Marines to perform sensor tests and direct (cabled) reconfiguration at sensor emplacement sites. An earphone assembly and night vision filters are provided to enable operation when light and sound discipline is required. 4. Radio Repeater Set, AN/GRQ-32 is a dual-band sensor retransmission system that enables communication between deployed sensors and monitoring sites when direct sensor-to-monitor radio line-of-site is precluded by terrain. The Radio Repeater is remotely configurable to use various modes, filter messages, mask out problematic sensors, and change operating frequencies. The Government does not own design documentation (engineering drawings, schematics, parts lists, internal wiring diagrams, firmware (imbedded software), for these configuration items.Repair services are expected to include piece part repair of internal circuit card assemblies, firmware installation, system wiring, and external user interfaces. The following electronic assemblies in the TRSS SoS are required to be repaired: (a) Imager-IIs Remote Intelligent Communication Controller (RICC). The RICC provides an integrated assembly that manages the systems cameras, radios, and image processing subsystems. (b) The Imager-IIs satellite communications modem is an L-band transceiver designed for use in a commercial low earth orbiting system. (c.) ETU-II Sensor Electronics Assembly (SEA). The ETU-II SEA is an integrated radio and signature processor designed to interpret signals from seismic, acoustic, infrared, and magnetic detectors and communicate activity detected in the form of short data messages. (d) The IRID-II Detector Assembly is a dual-transducer, infrared detector designed to detect changes in its background environment and subsequently report the direction of movement that may pass in front of its field of view. (e) The EO/IR cameras are low power, ruggedized, 240 x 320 (EO) and 120 x 160 (IR) cameras designed for connection and control via the RICC. (f) The HHPM Receiver-Transmitter (RT) is an integrated radio, Global Positioning System (GPS), and display system. (g) The TEVA is a hand-held monocular used to view images at the RICC and HHPM RT. (f) The RR RT is a dual band transceiver used to retransmit sensor messages. Upgrades are anticipated to include the services necessary to evaluate recommended changes, make changes at the individual devices and SoS level, modify device firmware and hardware, perform integrated test and evaluation services, and re-baseline the SoS. Typical upgrades include correction of system deficiencies, changes to target recognition performance, programming interfaces, communications requirements, and the implementation of changes to user interfaces. System sustainment will include production of replacement / additional articles, and refurbishment of existing systems. This notice of intent is not a request for competitive proposals; however interested parties may identify their interest and capability to respond to the requirement. Respondents must provide level of effort and dollar estimates to acquire a full understanding of the design of the equipment. As part of the written response, a respondent must be able to prove to the Government how depot level and field problems can be identified and corrected without the aid of detailed design drawings. Oral communications are not acceptable in response to this notice. A written response must include evidence of the respondents ability to support the described equipment. Interested parties with the capability of meeting the proposed requirements are requested to provide an E-mail to the MCSC point of contact, Ms. Vanessa Coleman, (vanessa.coleman.ctr@usmc.mil) not later than 1400 (2:00 p.m. EST) July 7, 2008 expressing interest and outlining their capabilities and qualifications to perform the effort. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Numbered Note: 22.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4fd2baa5b17c1e7a34bd62be060ae73d&tab=core&_cview=1)
 
Record
SN01588529-W 20080608/080606215616-4fd2baa5b17c1e7a34bd62be060ae73d (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.