Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SPECIAL NOTICE

58 -- Wireless Intercom System for Naval Special Warfare Craft

Notice Date
8/28/2008
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
RFI-WIS-2008
 
Archive Date
10/17/2008
 
Point of Contact
Sandra L Smith,, Phone: 813-826-7335
 
E-Mail Address
smiths1@socom.mil
 
Small Business Set-Aside
N/A
 
Description
The United States Special Operations Command (USSOCOM) Combatant Craft Program Management Office is conducting this industry survey to determine available contractor base for procurement of a wireless intercom system to be used on Naval Special Warfare Craft.The wireless intercom system via a wireless bridge supports operation of at least five communication circuits.Each circuit may be operated from any Crew Station (CS)that has been programmed for access. The Wireless Intercom System shall function as either a stand-alone system or in conjunction with an existing intercom system. The system shall provide simple operation, programmable configuration, and clear communications at frequencies higher than 5 GHz that do not require government licensing and provide high quality short range communications. The system shall operate at a range of up to 150 feet.Major components shall include a crewman transceiver unit and a headset, which are worn by the crewman, and an interface unit that connects to the existing platform’s intercom system or a stand-alone intercom base station with connectivity for users that provides access to the required radio nets. Six or more crewmen will utilize crewman transceiver units that will attach to the crewmember while allowing the user full range of motion and mobility.The crewman transceiver units will be manually activated Push-to-Talk (PTT) circuit keying and can also be voice activated (VOX) for circuit keying.The crewman transceiver units shall use batteries either rechargeable or non-rechargeable with a minimum of 8-hour operation time. The wireless intercom system should provide reliable secure and non-secure short, medium, and long-range voice and data communications with fixed and mobile Naval Special Warfare (NSW) forces, other Special Operations Forces (SOF), and fleet units.The system will be connected to classified radio networks, hence needs to include Type 1 encryption. Additional Information: a. The system must be capable of supporting wireless users on each combatant craft allowing the users full range of motion and mobility. b. Combatant craft must be able to simultaneously operate within close proximity within zero feet of separation hence the system needs to have multiple channels and/or frequency selectable. The system must not suffer a loss or reduction of functionality, range, audio quality or number of wireless users supported when the combatant craft are in close proximity of each other. c. The system shall provide the ability for all users to selectively transmit over any one installed Tactical Radio, while simultaneously providing the ability to monitor all installed Tactical Radios. d. The Wireless Inter-Communications System Transceiver Units worn by the user must be capable of selectively keying either the Wireless Inter-Communications System or the Tactical Radios. e. The system must be waterproofed to a depth of 1 meter. f. Utilize 24 Volt DC power. g. Utilize National Security Type 1 encryption. h. The power output of the system shall be selectable in order to control communications range. i. It is desired the system be able to transfer video and data among transceiver units and have the capability to send and receive video and data over tactical radios. USSOCOM is not interested in engineering analysis or paper design studies. The Command is seeking available systems. Responses to this RFI should include and state when not available: a. A detailed description of product and information on how the product meets the specified capabilities. When addressing the ability to meet requirements please substantiate claims with data. b. Expected and/or current annual production rates. c. Rough order of magnitude (ROM) unit price for potential production purchases from 1 to 50 units/ year for 5 years. d. The respondent will provide identify whether a small or large business and if a small business concern whether small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and/or women-owned small business concerns. Refer to FAR Part 19 Socioeconomic Programs. e. Any current government contracts that you are delivering systems that meet the requirements. When preparing responses to this RFI: Submission shall be limited to 30 pages, including foldouts and pictures. Do not include company marketing material, corporate profiles, personnel resumes, or duplicate material from a corporate website. If this information is indeed pertinent to the RFI, then provide a document reference sheet as an index for later use.Please submit responses electronically in.pdf format. Optional Demonstration: As part of USSOCOM industry evaluations, the command offers interested companies an opportunity to showcase their existing systems provided it meets the requirements and schedule permits. Companies are advised that the demonstrations will be conducted at no cost to the Government. The Point of Contact for this RFI is Mr. Peter Depa at 813-826-6149. Electronic responses in PDF or standard commercial format should be sent to: depap@socom.mil <mailto:depap@socom.mil>. This is a request for information only and may or may not result in the issuance of a Request for Proposal (RFP) or a more RFI with more detailed requirements. Responses to this notice may not be accepted by the Government to form a binding contract. If you choose to submit proprietary information, mark it accordingly. Classified information will be accepted, but please mark it accordingly and send it via proper channels. All responses are due no later than 45 days after this announcement date.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b3b4736016af5efa5ef97f6bec929f95&tab=core&_cview=1)
 
Place of Performance
Address: TBD, United States
 
Record
SN01654803-W 20080830/080828223706-b3b4736016af5efa5ef97f6bec929f95 (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.