SOLICITATION NOTICE
58 -- Rapid Response Kit (RRK) Baseband Subsystem
- Notice Date
- 12/8/2014
- Notice Type
- Presolicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- 4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
- ZIP Code
- 92110-3127
- Solicitation Number
- N00039-15-R-0217
- Response Due
- 12/22/2014
- Archive Date
- 1/21/2015
- Point of Contact
- Point of Contact - Joseph A Gonzales, Contract Specialist, 619-221-7193; Kimberly A Reidy, Contracting Officer, 858-537-0364
- E-Mail Address
-
Contract Specialist
(joseph.gonzales1@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Space and Naval Warfare Systems Command (SPAWAR) in support of the Program Executive Office Command, Control, Communications, Computers, and Intelligence (PEO C4I), Shore and Expeditionary Integration Program Office (PMW 790) intends to award a small business set aside contract for the Rapid Response Kits (RRK). Based on market research, industry has provided multiple small businesses which have demonstrated capability of fulfilling the requirement in its entirety. The Deployable Joint Command and Control (DJC2) Rapid Response Kit (RRK) is one of the standard DJC2 configurations that provides a rapidly deployable communication capability to include Super High Frequency (SHF) Satellite Communications (SATCOM), Ultra High Frequency (UHF) Tactical Satellite (TACSAT), and global handheld satellite phones for situational awareness, planning, and other command and control functions. The RRK integrates capability to provide communications via reach back through the access of up to two data networks (Secret Internet Protocol Router Network [SIPRNet], Unclassified but Sensitive Internet Protocol Router Network [NIPRNet], Combined Enterprise Regional Information Exchange System [CENTRIXS], and Non-Government Organization [NGO]) simultaneously. RRK is capable of selectable scaling from 2 to 15 operator position configurations and will operate on standard electrical power sources available throughout intended operational theaters and can deploy and operate with small lightweight generator power sources. The proposed contract will be for a five (5) year ordering period. The proposed contract also includes requirements as first article testing, training and warranty/support services. The development effort will be procured on a Firm fixed price (FFP). Interested parties may identify their interest and capabilities in response to this synopsis within 15 calendar days of publication, and must clearly show the firm's ability to be responsive without compromising the quality, accuracy, and reliability of products and services provided. Any comments, questions or concerns regarding this notice may be submitted IN WRITING via email to Joseph.Gonzales1@navy.mil. The Government will not pay for any information received. No telephone responses will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039-15-R-0217/listing.html)
- Record
- SN03590234-W 20141210/141208234558-46984cb3c1ca3acf293f09550670002e (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 |