Sources Sought Announcement (SSA) for Production and Support of the AN/ARC-231 Multi-Mode Aviation Radio System (MARS)
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159314403479709 |
Posted Date: | May 24, 2023 |
Due Date: | Jun 8, 2023 |
Solicitation No: | W56JSR19D0014 |
Source: | https://sam.gov/opp/4815c8de71... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: May 24, 2023 02:41 pm EDT
- Original Response Date: Jun 08, 2023 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code:
-
NAICS Code:
-
Place of Performance:
Fort Wayne , IN 46818USA
The US Army Integrated Logistics Support Center (ILSC) is seeking potential sources to manufacture the AN/ARC-231 MARS hardware, perform repair services on AN/ARC-231 MARS equipment, and perform engineering support services. Previous market research history indicates that this item was previously manufactured and supported by Raytheon Company (CAGE 37695) and is currently manufactured and supported by BAE Systems (CAGE 63760).
The AN/ARC-231 is a multi-mode radio that provides Line of Sight (LOS) and Beyond Line of Sight (BLOS) communications on Army Aviation platforms. The primary capabilities provided by the AN/ARC-231 include: Air Traffic Control (ATC) Communications, HAVEQUICK I/II, Single Channel Ground Airborne Radios System (SINCGARS), Maritime Communications, and Single Channel Very High Frequency (VHF), Ultra High Frequency (UHF) Line-of-Sight (VULOS) communications from 30 to 512 MHz frequency range, and UHF Satellite Communications (SATCOM) for dedicated and time division multiple access (TDMA) systems used within the Department of Defense. These capabilities include secure/non-secure two-way voice and data communications using National Security Agency (NSA) approved Type 1 modernized cryptologic algorithms.
The contract requirements will include manufacture and repair of the RT-1808A, NSN 5821-01-500-4770; RT-1987, NSN 5821-01-616-0469; C-12601 Remote Indicator NSN 5821-01-503-3799; C-12608 Fill Panel, NSN5821-01-503-3800; C-12609 Fill Panel, NSN5895-01-554-6073; AM-7565 RF Amplifier, NSN 5996-01-503-8589; AM-7668, NSN is not available; AM-7566 Pre-Amplifier, NSN 5996-01-503-8094; AM-7667, NSN is not available; MT-7321 RT MT+KAB, NSN 5975-01-555-9367; Keep Alive Battery Box, NSN 6160-01-554-5099; MT-7166 Mounting Base, NSN 5975-01-504-7745; MT-7168 Mounting Base NSN 5975-01-504-7746; TC-100L, NSN 5996-01-593-5926; AM-7529 Radio Frequency Amplifier NSN 5996-01-506-9366; and Battery, NSN 6140-01-560-7240. Contract requirements will also include engineering support for system integration; software and hardware updates/upgrades; equipment training; study/analysis; testing; obsolescence; and operational demonstration support.
Suppliers capable of providing the ARC-231 hardware, repair services, and engineering support must so indicate in writing, either via e-mail to brian.m.creswick.civ@army.mil, or by mail to PM-AMSA Field Office, ATTN: SFAE-AV-AMSA-ACMC (Creswick), 6560 Surveillance Loop, F3-140-138, Aberdeen Proving Ground, MD 21005. No telephone response will be accepted. The responses must include documentation such as drawings, test results, and other technical information demonstrating that the supplier can provide the required hardware, software and services. ILSC requests that responses also include information on current or planned implementation of the Second-generation Anti-Jam Tactical UHF Radio for NATO (SATURN) waveform in the supplier’s radios, if applicable as well as plans to incorporate new Tactical Secure Voice (TSV) cryptologic algorithms. Successful historical data may be required to warrant the manufactured item will satisfactorily perform when used for the purpose intended by the Army. Furthermore, first time manufacturers will need their unit to undergo the appropriate testing at the Contractor’s cost to ensure that it meets the Army’s needs.
Please forward all responses to Brian Creswick (brian.m.creswick.civ@army.mil) and Arnold (Jason) Griffin (arnold.j.griffin.civ@army.mil) by 4:00pm (Eastern Standard Time) on 8 June 2023.
The Contracting Officer for this action is David J. Clark, david.j.clark62.civ@army.mil.
- BRIAN CRESWICK
- brian.m.creswick.civ@army.mil
- Phone Number 4433951315
- Arnold (Jason) Griffin
- arnold.j.griffin.civ@army.mil
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.