Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2008 FBO #2564
SOLICITATION NOTICE

58 -- 58 - Market Survey for Sources to Provide Supplies and Services for the Joint Surveillance Target Attack Radar System (Joint STARS) Surveillance and Control Data Link

Notice Date
12/1/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, 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-4352-1
 
Response Due
1/5/2009
 
Archive Date
3/6/2009
 
Point of Contact
Robin Turner, 732-532-2109<br />
 
Small Business Set-Aside
N/A
 
Description
This is a market survey to locate potential sources that can provide all supplies and services required by the Government for the Joint Surveillance Target Attack Radar System (Joint STARS) Surveillance and Control Data Link (SCDL) Ground Data Terminal (GDT) and Air Data Terminal (ADT). The current source for GDT and ADT supplies and services is Cubic Defense Applications (CDA), CAGE code 94987. The SCDL uses CDA-proprietary waveforms and anti-jam technology between the ADT and GDT to transfer data. The Government does not possess and does not intend to procure from CDA the technical data package. Contractual requirements for this potential contract would include, but not be limited to: ensure that each item or service delivered under this contract enables the GDT-ADT to meet or exceed the requirements of the performance specification MIL-PRF-720 and the GDT to meet or exceed the requirements of the performance specification MIL-PRF-820; comply with the Governments requirements for item unique identification and marking requirements; perform and report the results of inspections, tests, and evaluations of parts; ensure the safety of parts provided and prepare Safety Assessment Report, as needed; maintain and provide technical-engineering and logistics data used to support the GDT-ADT; provide updates to technical manuals and training course materials, as required (to include MIL-STD-40051-2 and ASAT Database compliance); be able to prepare and submit engineering change proposals, requests for deviation, requests for waiver, specification change notices, and value engineering change proposals; comply with contract manpower reporting requirements; provide a task execution plan within ten days of the Government's task order request; maintain a detailed parts tracking system for repairs; provide expedited parts repairs within a 15-day turn-around time; assemble and disassemble GDTs, ADTs, and their components; provide integration support to host systems; provide an understanding of, provide assistance with the resolution of, and resolve obsolescence, maintenance, operational performance, interface, integration, and technical issues; provide inputs to product deficiency investigations and product improvement efforts; clarify technical documentation, including providing copies of specific technical data; identify parts with Diminishing Manufacturing Sources and Material Shortages (DMSMS) - End of Life (EOL) problems, investigating alternatives, recommending solutions, finding replacement parts; resolve GDT-ADT software problems; provide Field Service Representatives (FSRs) - Field Service Engineers (FSEs) for 24 hours - 7 days-per-week on-call support services via site visits, telephone, emails, and written documents; provide FSRs - FSEs that are mobile and able to deploy to both CONUS and OCONUS locations, including hostile and hazardous areas, within seven days; develop and implement modification work orders; maintain a cost reporting system and submit reports to the Government; comply with AG00000601B, AG00000573E, and MIL-STD-129 for preservation, packaging, and marking parts for shipment; comply with radio frequency identification requirements for shipments; comply with personnel, program, company, and facility security requirements for handling, generating, and transporting classified information-material up to and including SECRET; and comply with Contractor Asset Visibility (CAV) II requirements. The source will need to be able to provide (as new production), repair, and-or verify the proper operation of the following parts, the list of which should not be considered all-inclusive (part number [PN], abbreviated description, and NSN are provided; the CAGE Code applicable to all parts is 94987): PN 232796-1 - Ca Assy, AC Pwr, LCU to JSIU (NSN 6145-01-372-5435); PN 232797-1 - Ca Assy, Data-Cont, GDT (NSN 6145-01-372-5434); PN 232798-1 - Ca Assy, Pwr LCU-AC-AC Con (NSN 6145-01-372-5436); PN 233040-2 - Fan, Vaneaxial (NSN 4140-01-418-6304); PN 233820-2 - Oscillator, Crystal (NSN 5955-01-406-3073); PN 233900-6 - Amplifier, Servo (NSN 5996-01-472-8353); PN 265340-1 and 261330-1 - Vert Ref Assy (NSN 5985-01-375-3518); PN 261510-2 - Control, Antenna (NSN 5820-01-385-8516); PN 261556-1 - Cable Assy, LCU-Masthd, GDT (NSN 5995-01-407-2194); PN 261564-1 - Fltr Assy, EMI-EMP, Shelter (NSN 5915-01-374-4271); PN 261900-3 - Cont-Intfc Unit Assy (NSN 5895-01-374-4295); PN 261950-1 - Pedestal Assy, Antenna (NSN 5985-01-374-0760); PN 265029-2 - Interface Assy, EMI-EMP (NSN 5895-01-406-6804); PN 265165-1 and 265165-3 - Upconv Assy, Encl, Ctr Sect (NSN 5998-01-374-4274); PN 265230-1 - Synthesizer Assy (NSN 5998-01-374-0164); PN 265230-2 - Synthesizer Assy (NSN 5998-01-472-5550); PN 265400-1 - Converter, Freq, Static (NSN 5895-01-374-4294); PN 265520-1 - Sw. Assy. Pwr Interupt (NSN 6130-01-375-3790**); PN 270836-1 - Cntnr Assy, Shpng, Ant (NSN 8145-01-472-4861); PN 270840-2 - Ant Assy, Gnd Data Term (NSN 5985-01-433-0895); PN 261407-1 - Fxtr Assy, Handling Ant (NSN ); PN 270901-1 - Radome (NSN 5985-01-406-4921); P/N 270914-1 - Ballistic Shield (NSN ); PN 270917-1 - Ca Assy, Landline, Shelter (NSN 5995-01-407-4274); PN 270917-2 - Ca Assy, Landline, Shelter (NSN 5995-01-408-7704); PN 270918-1 - Ca Assy, Masthd, Landline (NSN 5995-01-407-4275); PN 270918-2 - Ca Assy, Masthd, Landline (NSN 5995-01-407-2193); PN 265080-1 - Freq Modulator Assy (NSN 5998-01-374-0163); PN 283900-1 - Freq Modulator Assy (NSN 5998-01-472-5534); PN 305900-1 - Container, Stowage, Antenna (NSN 8145-01-440-7775); PN 261650-1 - CCA, LCU Master Counter (NSN 5998-01-374-1305); PN 306000-1 - CCA, LCU Master Counter (NSN 5998-01-472-6636); PN 261630-1 - CCA, LCU Fast Timing (NSN 5998-01-374-1304); PN 306010-1 - CCA, LCU Fast Timing (NSN 5998-01-472-6635); PN 261680-1 - CCA, Timing Adjust (NSN 5998-01-374-1303); PN 306020-1 - CCA, Timing Adjust (NSN 5998-01-472-4866); PN 261720-1 - CCA, Uplink Data Network (NSN 5998-01-374-0170); PN 306050-1 - CCA, Uplink Data Network (NSN 5998-01-472-5535); PN 261670-1 - CCA, Code Generator (NSN 5998-01-374-1306); PN 306060-1 - CCA, Code Generator (NSN 5998-01-472-8359); PN 261575-1 - CCA, Threshold Integrator (NSN 5998-01-374-0166); PN 306070-1 - CCA, Threshold Integrator (NSN 5998-01-472-8357); PN 261610-1 - CCA, Random Interleaver (NSN 5998-01-374-0160); PN 306080-1 - CCA, Random Interleaver (NSN 5998-01-472-4868); PN 261690-1 and 306090-1 - CCA, Analog Correlator (NSN 5998-01-374-0168); PN 261580-1 - CCA, Viterbi Decoder (NSN 5998-01-374-0167); PN 306100-1 - CCA, Viterbi Decoder (NSN 5998-01-472-4865); PN 265605-1 - CCA, Xcvr-LCU Bit (NSN 5998-01-379-1219); PN 306110-1 - CCA, Xcvr-LCU Bit (NSN 5998-01-472-5547); PN 265620-1 - CCA, Freq Sel-Rcg (NSN 5998-01-374-0161); PN 306120-1 - CCA, Freq Sel-Rcg (NSN 5998-01-472-6630); PN 265600-1 - CCA, Controller I-O (NSN 5998-01-374-0745); PN 306130-1 - CCA, Controller I-O (NSN 5998-01-472-8352); PN 261710-1 - CCA, Masthead I-O (NSN 5998-01-374-0162); PN 306140-1 - CCA, Masthead I-O (NSN 5998-01-472-8354); PN 261470-1 - CCA, Red-Blk Isolator (NSN 5998-01-374-0171); PN 306160-1 - CCA, Red-Blk Isolator (NSN 5998-01-472-5553); PN 265720-1 - CCA, Crypto Interface (NSN 5998-01-374-0748); PN 306180-1 - CCA, Crypto Interface (NSN 5998-01-472-5552); PN 261940-1 - CCA, 1553 I-O (NSN 5998-01-374-1307); PN 306220-1 - CCA, 1553 I-O (NSN 5998-01-472-5548); PN 265360-1 and 306230-1 - CCA, LCU Cable I-O (NSN 5998-01-374-0173); PN 265390-1 and 306240-1 - CCA, Masthead Bit-Ned (NSN 5998-01-374-0176); PN 261195-1 - CCA, Antenna Control (NSN 5998-01-374-0174); PN 306250-1 - CCA, Antenna Control (NSN 5998-01-472-8355); PN 265350-2 - CCA, Dco-Range Tone Gen. (NSN 5998-01-374-0165); PN 306260-1 - CCA, Dco-Range Tone Gen. (NSN 5998-01-472-4860); PN 265380-1 - CCA, Vert Ref Averager (NSN 5998-01-374-0175); PN 306270-1 - CCA, Vert Ref Averager (NSN 5998-01-472-8351); PN 265640-3 and 306590-1 - CCA, Sequence Controller (NSN 5998-01-374-0747); PN 265170-1 - Duplexer Assy (NSN 5998-01-374-0172); PN 306660-2 - Duplexer Assy (NSN 5998-01-472-6643); PN 261700-1 - Mstr Clk Osc Assy, Ant Cnt (NSN 5998-01-374-0162); PN 306620-1 - Mstr Clk Osc Assy, Ant Cnt (NSN 5998-01-472-4867); PN 261530-1 - Downlink Rcvr Assy, Ant (NSN 5963-01-374-8565); PN 306640-1 - Downlink Rcvr Assy, Ant (NSN 5963-01-472-8362); PN 261550-1 - Fm Demodulator (NSN 5998-01-374-0159); PN 306700-1 - Fm Demodulator (NSN 5998-01-472-4862); PN 265210-1 - Downconverter-2nd L.O. (NSN 5998-01-374-0138); PN 306600-1 - Downconverter-2nd L.O. (NSN 5998-01-472-6627); PN 233800-2 - Amplifier, Radio Frequency (NSN 5996-01-375-1534); PN 265320-1 - Power Supply M3 (NSN 6130-01-375-5496); PN 265650-1 - CCA, Seq Cont Memory (NSN 5998-01-373-9330); PN 306040-1 - CCA, Seq Cont Memory (NSN 5998-01-472-5549); PN 265760-1 - CCA, Processor Interface (NSN 5998-01-374-0750); PN 306190-1 - CCA, Processor Interface (NSN 5998-01-472-5545); PN 265670-1 - CCA, CRYPTO CONTROLLER (NSN 5998-01-374-0751); PN 306170-1 - CCA, CRYPTO CONTROLLER (NSN 5998-01-472-5553); PN 265690-1 - CCA, Modem Interface (NSN 5998-01-374-2583); PN 306150-1 - CCA, Modem Interface (NSN 5998-01-472-5554); PN 265725-1 - CCA, I-O Cpu (NSN 5998-01-374-2584); PN 306200-1 - CCA, I-O Cpu (NSN 5998-01-479-0480); PN 265509-1 - Ref Osc Assy, Rec-Trans (NSN 5985-01-374-5584); PN 306740-1 - Ref Osc Assy, Rec-Trans (NSN 5955-01-472-4854); PN 265460-1 - Power Supply M4 (NSN 6130-01-375-1549); PN 265735-2 - CCA, I-O Cpu Memory (NSN 5998-01-374-0749); PN 306210-1 - CCA, I-O Cpu Memory (NSN 5998-01-472-5539); PN 265490-1 - Tripod, Antenna (NSN 5985-01-406-5829). For more information contact Andre Armstrong, US Army LCMC, Attn: AMSEL-LC-IEW-R-JS, Bldg 1201W, 2nd Fl, Fort Monmouth, NJ, 07703, phone (732)532-7795, email andre.l.armstrong@us.army.mil. The response, not to exceed 20 pages, must provide rationale indicating that the potential source can provide each of the supplies and services specified above for the GDT. The deadline for response is 05 January 2009. EMAIL andre.l.armstrong@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7884a6a77d6a126446034f77f4f276bd&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
Zip Code: 07703-5008<br />
 
Record
SN01711983-W 20081203/081201215337-7884a6a77d6a126446034f77f4f276bd (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.