Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
MODIFICATION

58 -- Revised closing date for the Request for Information (RFI) only for upgrades to the existing, mounted Army Counter Radio Controlled Improvised Explosive Device Electronic Warfare (CREW) Duke AN/VLQ-12 (V)2 system.

Notice Date
8/16/2010
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T10RM604
 
Response Due
8/30/2010
 
Archive Date
10/29/2010
 
Point of Contact
Rita Heyboer, 732-532-1577
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(rita.heyboer@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) only. This is not an Invitation for Bids (IFB), Request for Quotations (RFQ), or Request for Proposals (RFP). The US Army, Program Manager Electronic Warfare, Ft. Monmouth N.J., is seeking sources to provide upgrades to the existing, mounted Army Counter Radio Controlled Improvised Explosive Device Electronic Warfare (CREW) Duke AN/VLQ-12 (V)2 (also known as the Duke V3) system. The Duke V3 system is a 2 box solution (primary and secondary unit) that was designed and produced by SRCTec Inc., Syracuse NY. The proposed effort will only require technology insertion to the primary unit. The purpose of this RFI is to identify sources with the capability to upgrade existing Duke V3 systems through technology insertion so that these systems maintain relevancy against new and emerging threats over a broader frequency spectrum. The Governments intent is to upgrade, and not replace, the Duke V3 system. The Government does not possess a Technical Data Package (TDP) for the Duke V3 system, however, a Classified (Secret) Duke V2 Performance Specification and unclassified Duke V3 Interface Control Document (ICDs) are available for review. The Government has a need to upgrade 2,300 Duke V3 systems commencing no later than FY12 and being completed by FY15. Earlier start and completion dates are desired. If there are changes in operational requirements there is a potential requirement to upgrade approximately 20,000 Duke V3 systems, but there is no current requirement beyond the upgrade of 2,300 Duke V3 systems. The Government anticipates awarding a contract for the Duke V3 system technology insertion effort in 3QFY11. Requirements: The Army anticipates that the proposed system technology insertion effort will need to meet all threshold requirements contained in the Classified (Secret) Duke V2 Performance Specification, and the items highlighted with an asterisk below that are not currently in the specification. Key requirements are identified below: 1) Provide waveform reprogramming to address emerging threats. 2) Demonstrate compatibility with Blue Force communications and interoperability with other mounted and dismounted CREW systems. 3) Provide programmability to support operation with various Timing Protocols. 4) Provide programmability to support complex waveform generation for advanced jamming techniques. 5) Provide Full frequency coverage of Bands A and B in the primary unit. The secondary unit provides Band C coverage. 6) An ability to address multiple threats at operationally effective distances. 7) Provide open high-speed interfaces to allow integration with specialized Electronic Warfare modules and user interface devices. 8) *Support Common Timing Protocol-compliant CREW-CREW networking. 9) Use the existing primary unit of the Duke V3 system to accomplish the technology insertion efforts; and maintain existing size, weight and power limits defined in classified Performance Specification. 10) Full system built-in test (BIT) with fault isolation to the Line Replaceable Unit. 11) Provide an event logging capability for post mission analysis and for future emerging applications. The event log will also record BIT results. 12) *Provide Selective Availability/Anti-Spoofing Module (SAASM) Global Positioning System-compliant design. 13) *Provide level 3 anti-tamper capabilities 14) Utilize existing Duke V3 antenna system to minimize integration impact with US Army vehicles. Requested Information: Interested sources are requested to review the draft documents provided with this announcement. Responses are limited to 25 written pages and should include: 1) Describe capabilities and approach to implement the required technology insertion efforts to the primary unit of the Duke V3 system 2) Describe the extent to which this approach meets or exceeds the Governments Performance specification requirements 3) Describe efforts to design and test the proposed approach as it specifically relates to the Duke V3 system 5) Describe the Supply Chain Management methodology that will utilized to support the upgraded Duke V3 system 6) Describe the ability to meet the aforementioned Government delivery requirements 7) Provide experience/past performance with technology insertion efforts when a detailed TDP was and/or was not available 8) Provide comments, if any, with respect to the feasibility of the Governments strategy to upgrade the Duke V3 system 9) Submit alternative strategies/ suggestions, if any, for acceleration of system delivery, test, qualification, and realistic schedules for implementation of the Duke V3 system upgrade 10) Identify point of contact information: Name, telephone number, fax number, street address and e-mail address. Responses: Sources capable of providing the above mentioned services that meet SECRET clearance requirements are invited to indicate their interest by providing: (a) company name, company address, overnight delivery address (if different from mailing address), cage code, point of contact, e-mail address, telephone number, fax number; (b) business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc); and (c) affirmation of cleared personnel. Sources must be capable of providing personnel with expert knowledge of DoD CREW systems and possess a DoD Secret facility clearance. All responses shall be unclassified. In order to receive the classified or For Official Use Only information, the interested sources must provide the following information to the Interactive Business Opportunities Page (IBOP): Company Name: Company Cage Code: Corporate Mailing Address: Classified Mailing Address: Security Office Information: Name/Title: Email: Phone: All assumptions, including any assumed government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. This RFI is for planning purposes only and shall not be considered an IFB, RFQ or RFP. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Statement of Work/Statement of Objectives and Performance Specifications. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to award a contract based on this RFI or to otherwise pay for the information submitted in response to this RFI. The closing date for this RFI is 1500 hours on Monday 30 August 2010. The Government will not reimburse sources that respond to this RFI for any costs incurred in responding, or any subsequent exchange of information. All responses shall be transmitted electronically to the IBOP at https://abop.monmouth.army.mil, under the Army Pre-Award, CECOM LCMC Market Research section, subject as above. The Government Technical Point of Contact for this effort is Mr. John Masco, telephone: (732)-532-4350, e-mail: john.masco@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fa5be110090a7a2a99e1af63ac90a7d5)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02242536-W 20100818/100816235710-fa5be110090a7a2a99e1af63ac90a7d5 (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.