Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2011 FBO #3673
SPECIAL NOTICE

99 -- RFI Portable Advanced Cellular Collection Geolocation system.

Notice Date
12/13/2011
 
Notice Type
Special Notice
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236_SNOTE_0002F63A
 
Archive Date
12/30/2011
 
E-Mail Address
Contract Specialist
(paula.somers@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REPSONSES ARE DUE NO LATER THAN 12:30 P.M. ON 12-30-2011. Request for Information (RFI) Portable Advanced Cellular Collection Geolocation system. Space and Naval Warfare Systems Center (SPAWAR) - Atlantics (SSC-A) Request for Information (RFI) is for a Portable Advanced Cellular Collection system capable of detecting, exploiting collecting and geolocating advanced 4th Generation (4G) signals to support deployed forces. SSC-A request for information (RFI) is focused on evaluating systems to support its mission. This RFI is for a man-packable PTT product solution ONLY that may go in a small container, palletized skid plate, or other form factor as selected by SSC-A. Please include the following with your technical submission: * Administrative Information; * Technical Submission; * Cost information; * Lead time on equipment ordering. ADDITIONAL SYSTEM DESIGN DRIVERS Control Software - They should function with software provided by the equipment manufacturer. POWER - The equipment should be powered by 12-28 VDC. RF Input -The RF input should be a male N-Type connector. Control and Data Flow - The device should be controlled via Ethernet. Wireless Connectivity is acceptable but not preferred. MECHANICAL: The following mechanical requirements are listed in the order of preference for the integration of hardware components into the proposed architecture. The ranking is based on the complete integration of the hardware component into the modular case sleeves of the system architecture for ease of insertion, integration and use in the proposed system. The final configuration of the hardware components, and least desirable, would be that the component be able to accept the RF distributed from the proposed system and the 12-28 VDC available from the power distribution unit with an Ethernet connect in order to be tethered to the proposed system. PREFERRED CONFIGURATION: The physical dimensions should be 8.5 x 7.25 x 2.75 in order to fit into the mission module carrier. ALTERNATE CONFIGURATION: The physical dimensions should be 11 x 10 x 4 in order to fit into the rails of the modular case. A hardware item in this configuration should have a case that can accommodate the installation of rails for insertion into the modular case mounting system. TETHERED CONFIGURATION: System should be able to function in a stand-alone configuration or a network or meshed configuration. OPERATIONS AND MAINTENANCE (O&M): a. 24 x 7 help desk (objective only); b. Mean time to Repair; c. Mean time between Failures; and d. Operational Availability (Uptime). DETAILED PRICE and/or cost schedules for products should be outlined as followed: a. Product price and bulk price (itemized / component); b. Responders are asked to identify any SSC-A and/or GSA Contract Schedules. The submitted information will be evaluated for inclusion in the System Selection by SSC-A. Consequently, follow-up requests for feedback should not be made through Federal Business Opportunities posting agency. Vendors may be contacted following submission for more detailed product information. Respondents are requested to provide feedback in the following format: MS Office Products PLEASE PROVIDE ADMINISTRATIVE INFORMATION BELOW: Company information, size, main staff point of contact (POC) info; including name, address, phone number, and website link (as available). Whether the company is a hardware product provider, technical consultant, manufacturer, and/or distributor. PLEASE ADDRESS all items and design drivers above as part of your Technical Submission (include Cost and lead time ordering information); Product name and a brief description (no more than one page per product). Product Quad Chart to include OV-1 Diagram and system information. System product solution shall require minimum real estate, be capable of being operated in a stand-alone configuration or in a meshed environment. Please provide physical size of system and each component. A sanitized copy of this RFI is located at the e-commerce link at the bottom of this announcement. The submitted information will be evaluated for inclusion in the System Selection by SSC-A. Consequently, follow-up requests for feedback should not be made through Federal Business Opportunities posting agency. Respondents of this RFI may be requested to provide additional information/details based on their initial submittals. SUBMITTALS: Respondents are requested to address the items above provided by SSC-A. All material is to be provided to SSC-A no later than 1230 p.m. (EST) on 30 December 2011. The System provider or vendor submission should not exceed 10 pages total. Respondents are requested to provide feedback in the following format: MS Office Products. All information received will be treated as public knowledge; therefore, vendors should not submit proprietary information in response to this RFI. This RFI is for INFORMATION GATHERING and PLANNING purposes ONLY, and should not be construed as a Request for Proposal (RFP) or solicitation of an offer. The Government DOES NOT intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this RFI and the Government's use of such information. E-mail your non-technical questions to the Contract Specialist at paula.somers@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3238449324d6499f97782ce9d14cf2d3)
 
Record
SN02638043-W 20111215/111213234217-3238449324d6499f97782ce9d14cf2d3 (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.