Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
SOURCES SOUGHT

58 -- Phoenix Terminal Upgrades and Services for Project Manager, Warfighter Information Network-Tactical (PM WIN-T) - Market Research

Notice Date
7/29/2016
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W15P7T) Division B, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-16-R-0028
 
Archive Date
8/15/2016
 
Point of Contact
Kevin O. Andralliski, Phone: 4438615002
 
E-Mail Address
kevin.o.andralliski.civ@mail.mil
(kevin.o.andralliski.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PM WIN-T is conducting market research to locate capable sources to provide the services described in the attached PWS. The proposed procurement is for award of a five (5) year, Firm Fixed Price (FFP), Cost-Plus-Fixed-Fee (CPFF), and Cost Reimbursable Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The Government previously fielded thirty-five (35) AN/TSC-156C terminals to the United States Marine Corps (USMC). The USMC is turning in all thirty-five (35) systems and the Army is taking possession of these terminals. The Army has a requirement to provide six (6) AN/TSC-156D systems to the European theater's Army Pre-position Stock (APS) to support the European Reassurance Initiative (ERI). The APS will support contingency operations as required. The six (6) AN/TSC-156C terminals will require upgrade to the AN/TSC-156D with Replacement FM Orderwire (RFMOW) / Windows 7 configuration. Once the upgrades are complete, all six (6) terminals will be shipped to Europe. The purpose of this action is to upgrade the 156C terminals to the latest Army configuration and provide them to the European APS for support of the ERI. The upgraded terminals (AN/TSC-156D with RFMOW) will have the following new/improved capabilities: • Increase aggregate data rate to 52 Mbps • Add Multi-Carrier capability • Provide operator remoting capability • Enhance the Environmental Control Unit (ECU) • Ability for installation on fully armored M1152 vehicles • Other miscellaneous upgrades and improvements • Add orderwire capability • Operating system updated to Windows 7 The contractor shall also purchase and deliver Authorized Stockage Lists as defined in the Government's Performance Work Statement (PWS). Additionally, the contractor will test twenty-nine (29) USMC systems, which are the balance of the thirty-five (35) total USMC systems. This test phase will determine the operational Line Replaceable Units (LRUs) for use as spares. The contractor will then upgrade, as required, operational LRUs to the D configuration. The contractor will then ship the operational LRUs to New Cumberland Army Depot to increase spare readiness and stockage quantities. The contractor shall also upgrade Army AN/TSC-156B and AN/TSC-156D terminals when required at various continental United States (CONUS) and outside continental United States (OCONUS) locations per the Government's PWS. These upgrades will enhance the capability of the upgraded terminal as described above. When required, the Contractor shall conduct training classes for the various configurations of Phoenix terminal. Instructions shall include installation, operation and maintenance of the Phoenix terminal. Training will be related to RFMOW capability, 156D and RFMOW capability, and training to new operators as required. When required, the contractor shall provide various technical services which could include implementation of Engineering changes to meet new requirements for Phoenix; hardware, software and system engineering activities; research/resolve obsolescence issues support test events and demonstrations; support Information Assurance efforts; and provide on-call technical assistance and/or maintenance services. The contractor shall support the Logistics Services and Stock, Store and Issue requires as specified in the PWS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1ff5f3aeaad39fd5d06a045664825f2d)
 
Record
SN04202177-W 20160731/160729235036-1ff5f3aeaad39fd5d06a045664825f2d (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.