Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2011 FBO #3365
SOLICITATION NOTICE

16 -- Iridium Communications Assembly Components

Notice Date
2/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Aviation Applied Technology Directorate (AMCOM-CC), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W611P0018
 
Response Due
2/11/2011
 
Archive Date
4/12/2011
 
Point of Contact
Mike Leonard, 757-878-0086
 
E-Mail Address
Aviation Applied Technology Directorate (AMCOM-CC)
(michael.h.leonard@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Aviation Applied Technology Directorate (AATD) of the US Army Research, Development and Engineering Command proposes to procure, under contract number W911W6-11-P-0018, ten (10) Flightcell International DZM2 Communication Hubs, P/N: FCDZM200DIM; and fifteen (15) Iridium 9505/A Phone Cradles, P/N: FC9505/A38999M3M. This is a brand name only requirement and will be awarded to an authorized US based Flightcell International distributor. Cost and Delivery timeline ARO will provide the primary evaluation factors with each of equal importance. The procurement will be issued on a Firm-Fixed-Price basis. The Rapid Prototyping Division of AATD designed and developed the upgrade for a limited number of currently fielded UH-60 helicopters utilizing SATCOM radio, LOS radio, and Iridium phone Command and Control (C2) capability. These components have already been designed for, manufactured for, and integrated with previously fielded SATCOM Command and Control (C2) console systems, meet the performance and ruggedized environment requirements, and alleviate ALL technical risk toward meeting further fielded system integration success and schedule. Therefore, these products (manufactured by Flightcell) are the recommended solution to provide the required satellite-based cell phone communication link for the C2 requirements. The integration of any similarly, but not completely, capable Iridium assembly would adversely impact technical risk and schedule and as such potentially harm the Government. As mentioned, the Flightcell assembly elements have the added benef t in that no other such assembly has been previously integrated on specific Army rotary wing aircraft for this application and the associated design documentation and qualification testing required to substantiate performance and airworthiness of any other such component precludes meeting the project schedule. No other manufacturer source other than Flightcell is known that produces the necessary components which meet both the technical performance and commonality requirements. Further, new similar components, if available, will certainly require communications console mechanical and electrical redesign. This necessitates additional individual airworthiness approval of another kit element during a critical compressed installation timeline for deployed troops. The urgency requirements dictated by this support project to PM Airborne Battle Command Program Support Office (ABC PSO) (formerly, Army Airborne Command and Control Systems (A2C2S)), the experience with the known hardware source (Flightcell), the anticipated delivery schedule of the hardware (available usually for delivery 4 to 6 weeks ARO), and the established mating of the airborne communications console mount and electrical harness hardware are key elements of this procurement. For these reasons, it is cost effective for the Govemment to procure these particular commercially available Iridium components. AATD intends to award a purchase order for commericial items as defined by FAR Part 12. This is a brand name only requirement. This procurement will be solicited, evaluated, and awarded using FAR Part 13 procedures for simplified acquisitions. This requirement is under NAICS code 423690, Other Electronic Parts and Equipment Merchant Wholesalers. Specifications, plans, or drawings relating to this procurement described are not available and cannot be furnished by the Government. Delivery, Inspection/Acceptance and FOB of these items is intended for the Aviation Applied Technology Directorate, Fort Eustis, Virginia 23604. Interested parties may identify their interest and capability by responding to this requirement and submitting a quote. Existing product literature generally available in industry should be submitted with your quote. While the Government does not anticipate competition, any responsible source may submit a proposal that will be considered. A solicitation document is not available. Proposals are due 11 February 2011, 2:00 PM, E.S.T. Submit inquiries regarding this procurement to AATD. Points of contact are Michael Leonard, (757)878-0086 or via e-mail michael.h.leonard@us.army.mil or Kenneth Helms, (757)878-5909 or via e-mail ken.helms@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3fd0abc9c5e7442531c8cababea23c4b)
 
Place of Performance
Address: Aviation Applied Technology Directorate (AMCOM-CC) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02375628-W 20110210/110209060418-3fd0abc9c5e7442531c8cababea23c4b (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.