Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1999 PSA#2334

U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DE), Warren, MI 48397-5000

23 -- MARKET SURVEY LIGHT ARMORED VEHICLE COMMAND AND CONTROL POC Wardell Dyson WEB: Click here to view this announcement, http://www.tacom.army.mil/acqcen/ssn/sources.htm. E-MAIL: Click here to contact the POC, dysonw@tacom.army.mil. Reference Tank-automotive and Armaments Command (TACOM) Market Survey #99005, due 60 days from the date of this ad. This is NOT an Invitation for Bid (IFB) or a Request for Proposal (RFP). The Light Armored Vehicle Command and Control variant (LAV-C2) requires a mission tailorable communications configuration that allows the commander to determine the mission specific Command, Control, Communication, Computers and Intelligence (C41) requirements. We're seeking contractors capable of providing upgrading to the current LAV-C2 configuration to meet the following requirements: (1) Improved Modular Rack System: The LAV-C2 must be able to accommodate several items of command, control, and communications and computer equipment. The rack must be rugged and adjustable to accommodate the range of all the equipment or some of it. The purpose of the adjustable modular rack is to provide the LAV-C2 variant with a mission tailorable capability. Government furnished equipment that will be resident in the rack includes the following: a. Tactical Data Network (TDN) or similar system; b. Data Automated Communications Terminal (DACT); c. Advanced Field Artillery Tactical Data System (AFATDS); d. Intelligence Operation Workstation (IOW); e. (2) AN/VCR-92 SINCGARS radio suites (four receiver/transmitters); f. Enhanced Position Location and Reporting System (EPLRS);g. Precision Lightweight GPS Receiver (PLGR); h. One UHF AN/VRC-83 radio. Equipment that may be furnished by either the Government or the Contractor that must also reside on the modular rack include: a. Intercom system (threshold; wireless objective); b. Mobile satellite communications; c. A method of providing reliable communications up to 300 miles (threshold) and 400 miles (objective); d. Datafax; e. Printer. (2) Very High Frequency (VHF) Radios: The current AN/VRC-92 SINCGARS VHF radios may be upgraded to the System Improved Program (SIP) for SINCGARS. The LAV-C2 must be able to accommodate both the basic and improved versions of the SINCGARS. Upgrading to the SINCGARS SIP must not degrade all equipment that passes data through SINCGARS. (3) High Frequency (HF) radios: The current radio in the LAV-C2 is the AN/GRC 213, a 20 watt HF radio. Consideration should be given to replacing this radio with an improved higher wattage radio, antenna and coupler that is already in DoD inventory. This radio must also be able to pass data. (4) Enhanced Position Location Reporting System (EPLRS): This equipment's primary function is as a communications pipe to pass and receive information through the TDN. It will provide the network connectivity from the platoon level to the regiment and between regimental and battalion systems. (5) Vehicle Intercom System: An internal communications system for two-way voice communications between all stations is required. The current AN/VIC-2 intercom system experienced performance problems, to include bleedover, unshielded cabling, unreliable communications, and poor access to other Nets. This intercom must be replaced with a system that will eliminate prior performance problems and accommodate 7 (threshold) to 10 (objective) stations. A wireless intercom system is desired. (6) Ultra High Frequency (UHF) Radios: The vehicles are fielded with AN/VRC-83 UHF radios. There is no plan to upgrade this system but the contractor should not feel constrained to use only this radio. (7) Mobile Satellite Communications (SATCOM): The current SATCOM capability will be provided by the man pack version of the AN/PSC 5 radio. The LAV-C2 requires a vehicle mounted mobile satellite communications capability and must provide both voice and data links. An omnidirectional antenna must be provided for the SATCOM system. (8) Antennas: Antennas must be arranged to minimize co-site interference and provide maximum range capability for the equipment the antenna is used for. The contractor should research new technology and investigate new sites for antenna mounting. (9) Joint Tactical Radio: The contractor should not feel restricted to conventional communications systems, and may consider the use of wave form technology and use a software programmable communications system. This capability could be similar to the Army Airborne Command and Control System (A2C2S) program or Joint Tactical Radio (JTR) program. (10) Power: Both Direct Current (DC) and Alternating Current (AC) power must be available for all equipment. The available power must also be enough to accommodate future equipment addition, the Joint Tactical Radio or similar program. AC plug-ins are required for additional equipment to include but not be limited to laptop computers, printers, coffee or warm-up pots. (11) All new equipment must be designed to reduce electromagnetic interference/electromagnetic compatibility/electromagnetic pulse (EMI/EMC/EMP) signatures so that all equipment operates at the maximum range of that equipment's known performance parameters. Integration shall not degrade any one piece of equipment. (12) Silent Watch: The LAV family of vehicles shall have a threshold capability of 7 hours and an objective capability of 9 hours of silent watch at night, in cold weather (0 F), with the following core capabilities (percent of time in given state shown in parenthesis): Intercom (100%); Dome lights (25%); Monitoring all radio nets (100%); Transmit from each radio net (25%); Night/thermal viewer (100%); Target acquisition (100%); Periscope washer (100%); NBC system operation (25%); Personnel heater (50%); Auxiliary heater (50%); All computers (100%). There must be sufficient reserve power to start vehicle at the end of the silent watch period. The LAV C2 shall be capable of being brought to a state of full combat readiness within one minute. The contractor should research new battery technology to determine if this silent watch capability is attainable for the LAV-C2, or if it is more reasonable to expect a reduced silent watch capability considering all the electronics on the LAV-C2 variant. (13) Put out work surfaces: The LAV-C2 5th -- 95th percentile male must be provided workstations and writing surfaces without detracting from their ability to utilize the equipment in the modular rack. (14) Ergonomically designed seating must be provided to accommodate the 5th -- 95th percentile male in Mission Oriented Protective Posture (MOPP) IV or Arctic gear. Seats should be adjustable with foot, arm, and head rests and other comfort features. (15) Air Conditioning: Air conditioning must be provided for maximum performance for the vehicle equipment (threshold) and personnel (objective). (16) The LAV-C2 must have an easy to install Standard Integrated Command Post Shelter System (SICPS) tent to expand the operator and equipment space. The tent must be user friendly and quick to set up. The contractor should research telescoping or accordion style vehicle tents. (17) Equipment location: The equipment should all be located and arranged relative to utility, seating and location of hand sets or other peripheral equipment. The equipment should be protected against adverse environmental factors such as heat, humidity, dust, cold, altitude, rain, etc. All equipment must be accessible for repair. (18) The vehicle swim capability must be maintained. (19) Total vehicle weight must not exceed 28,500 pounds with all permanent equipment on board. (20) Logistics: The contractor shall provide: a. All levels of repair and operating manuals, or updates to existing manuals; b. Training for all equipment; c. Maintenance procedures. Any source capable of providing solutions to any or all the above listed problems are requested to respond. Responses should provide detailed information about the proposed solution, including a detailed technical description, NSNs/PNs, estimated cost, etc. The response should also identify any previous contract(s) (contract number, dollar amount, Government POCs, program description, etc.) completed by the respondee. Offerors should note that the vehicle Technical Data Package (TDP) for the LAV-C2 is proprietary to the manufacturer, so only limited, non-proprietary data can be furnished. All interested firms,regardless of size are encouraged to respond to this announcement. However, companies must indicate business size with their written response to this synopsis. Responses should be as short and concise as possible, and should be sent via email to: dysonw@tacom.army,mil, or via regular mail to: USA TACOM, Attn: Mr. Wardell Dyson, AMSTA-DSA-LV-P, Warren, MI 48397-5000. This market survey is for information and planning purposes only, does not constitute a request for proposals and is not to be construed as a commitment by TACOM-Warren. To view this announcement visit TACOM's Acquisition Center Webpage at: http://www.tacom.army.mil/acqcen/ssn/sources.htm. Posted 04/26/99 (W-SN324254). (0116)

Loren Data Corp. http://www.ld.com (SYN# 0182 19990428\23-0004.SOL)


23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page