Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2007 FBO #2026
SOURCES SOUGHT

59 -- Lightweight, Manpackable Radio

Notice Date
6/12/2007
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8629-07-R-2363
 
Response Due
6/29/2007
 
Archive Date
7/14/2007
 
Description
1. The Aeronautical Systems Center (ASC) is soliciting information to identify possible sources to provide a lightweight, man-packable radio. This system is part of the broader Battlefield Air Operations Human Machine Interface (BAO/HMI) program. The purpose of the BAO/HMI program is to upgrade the current equipment suite of the Battlefield Airmen in five (5) different areas ? communications, computers, human input/output (human I/O), power generation and management and software. This specific requirement is part of the communications section of this program. This Request for Information (RFI) is issued for informational purposes only and does not constitute a solicitation or commit the government to award a contract now or in the future. Submitting information for this RFI is voluntary, and participants will not be compensated. 2. Respondents to this RFI shall describe their ability to meet and/or exceed the following requirements: a. The radio should weigh no more than eight (8) pounds (without battery) or eleven (11) pounds with battery. b. The radio should be no larger than 175 cubic inches without battery, 267 cubic inches with battery and be able to fit in the radio pouch of a large ALICE pack. c. The radio shall be a software defined radio in compliance with SCA 2.2 specifications. d. The radio shall be capable of both voice and data communications and support SINCGARS, Have Quick II, UHF SATCOM, VHF/UHF AM/FM, UHF SATCOM and support future SCA 2.2 waveforms as they become available. e. The radio shall have integrated TYPE 1 security with NSA approval by June 2008. l. The radio shall be compatible with KY-57, KYV-5 and KG-84 encryption modes and AN/CYZ-10 DTD, KOI-18, KYK-13, KYX-15 and MX-18290 key fill devices. f. The radio shall have Ethernet, RS-232/RS-422 Synchronous and Asynchronous data interfaces and Ethernet, RS-232, RS422 and USB control interfaces. g. The radio shall be net-ready with the ability to provide reliable and secure networking using IEEE standard IP-based interfaces. h. The radio shall have an integrated SAASM GPS with the ability to allow time synchronization functions. i. The radio shall have a line of sight range of 40 nautical miles ground to air. j. The radio shall be able to withstand one (1) meter immersion in water, combat controller airdrop operations from 25,000 feet MSL and be resistant to shock/vibration in accordance with MIL-STD-810F. k. The radio shall have enough antennae ports to support VHF/UHF AM/FM and SATCOM operations without removing and replacing antennae. l. The radio shall have a display that will provide day/night readability and be compatible with Night Vision Goggles (NVGs), thereby allowing users to see and control the system. m. The radio shall power up and be ready for use in less than one (1) minute. n. The radio shall be powered by an internal power source and/or run off external power. o. The radio shall be able to hold 100 net presets and 100 keys. p. The radio shall be able to operate by a remote control or remote device. q. The radio shall comply to MIL-STD-461F with regards to EMI/RFI. r. The respondent shall be capable of demonstrating the offered product by September 2007 in a tactical, field-ready configuration suitable for use in combat. t. The product offered should be representative of the proposed production item. u. The product must be non developmental to field. v. The offeror shall demonstrate ability to rapidly manufacturer/deliver systems in large quantities. 3. It is highly desirable, but not required that responses be submitted on CD-ROM in an electronic format that is compatible with Microsoft Windows/Office with no macros. Two (2) copies of the CD submittals should be submitted as set forth in paragraph 4. If the CD contains proprietary/competition sensitive material, the CD and cover label should be marked ?Proprietary/Competition Sensitive Information?. Two paper copies should be submitted as set forth in paragraph 4. Paper copies must be clearly labeled ?Proprietary/Competition Sensitive Information? on the cover sheets and, in close proximity to this type of information, on each applicable page. Proprietary/Competition sensitive information will be protected from disclosure. E-mail copies of the paper submittal will be accepted. 4. Responses must be received no later than 3 July 2007. Both CD and paper (hard copy or e-mail) submittals should be sent to 670 AESS/PK, Attn: Nancy Leggett, (Com: 937-255-1696, e-mail: Nancy.Leggett@wpafb.af.mil), Bldg 46, 1895 Fifth Street, WPAFB OH 45433-7200. Any technical questions should be directed to Capt James Ritenour, (Com: 937-255-3024, e-mail: james.ritenour2@wpafb.af.mil).
 
Record
SN01316511-W 20070614/070612220804 (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.