Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2015 FBO #4821
SOURCES SOUGHT

58 -- Common Data Link Shipboard Radio Terminal Set

Notice Date
2/3/2015
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-15-P1-PMA299-0097
 
Archive Date
3/5/2015
 
Point of Contact
Kathleen M. Camm, Phone: 3013424633, Lisa M Maples, Phone: (301) 757-5277
 
E-Mail Address
kathy.camm@navy.mil, Lisa.M.Maples@navy.mil
(kathy.camm@navy.mil, Lisa.M.Maples@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Action Code: SS 2. Date: 02/3 3. Year: 2015 4. Zip Code: 20670 5. Classification Code: (5810- Communication security equipment and components) 6. Contracting Office Address: NAVAIR, 47123 Buse Road, BLDG 2272, RM 155, Patuxent River, MD 20670-1547 7. Subject: Common Data Link Ku-Band Shipboard Radio Terminal Set 8. Proposed Solicitation Number: N00019-15-P1-PMA-299-0097 9. Opening/Closing/Response Date: 15 working days 10. Contact Point/Contracting Officer: Contracting Specialist: Kathy Camm, AIR-2.3.4.2.6, (301) 342-4633; Contracting Officer: Lisa Maples, AIR-2.3.4.2, (301) 757-5277 11. Contract Award: N/A 12. Contract Award Dollar Amount: N/A 13. Contract Line Item Number: N/A 14. Contract Award Date: N/A 15. Contractor: N/A 16. Description: Naval Air Systems Command (NAVAIR) Multi-Mission Helicopter Program Office (PMA-299) is seeking potential sources capable of providing a Common Data Link (CDL) Ku-band Shipboard Radio Terminal Sets (RTS). The CDL RTS is responsible for exchanging MH-60R Tactical Data between the ship and aircraft. The results of this Sources Sought will be utilized to determine if the required product exists in the marketplace and if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. Specific NAICS CODE AND PSC APPLY, SEE ELIGIBILITY BELOW. The Navy anticipates contracted efforts would be awarded in late 2016. Interested sources shall be capable of manufacturing hardware to meet the following delivery schedule: Year SRQ-4 Maintenance Assist Modules 2017 8 8 2018 10 10 2019 11 11 2020 9 9 2021 8 8 Total 46 Deliveries should commence no later than 24 months after contract award with a total period of performance not to exceed 36 months. PLACE OF PERFORMANCE Percentage of Effort 100% Government (On-site)20% Contractor (Off-site) 80% Patuxent River, MD DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES The AN/SRQ-4(Ku) accepts voice from the voice switchboard and command control information from the Ship Data Processor Unit; SDPU (AN/UYK-20, AN/UYK-43, AN/UYK-44 or later ship upgrades control and interface processor), and Tactical Control Station (TCS) workstation interface; and transmits that information uplink via microwave radiation to the uplink receive voice and command control channel of the Radio Terminal Set AN/ARQ-59. The AN/SRQ-4(Ku) receives microwave radiation from the AN/ARQ-59. The downlink data consists of airborne sensor data, equipment status, and voice communications. The AN/SRQ-4(Ku) formats and distributes the data to the appropriate ship's equipment. The equipment shall accept, format, and transmit airborne sensor data, voice, and control status data as radiated microwave signals to the AN/SRQ-4(Ku) for use by the ship. The H-60 Multi Mission Helicopter Program (PMA 299) is the acquisition program office conducting market research. This program includes information that has been designated as "Distribution D" and is only releasable to current and approved Department of Defense (DoD) contractors. In addition, the program may require procurement effort in certain critical technologies/data that are not releasable to foreign firms under the U.S. Department of State International Traffic in Arms Regulations (ITAR) protecting national security. ELIGIBILITY The applicable NAICS code for this requirement (and the associated Small Business Size Standards) is as follows: 334220 - Airborne radio communications equipment manufacturing (750 employees) The applicable Product Service Codes (PSC) is: 5810- Communications Security Equipment and Components SUBMISSION DETAILS Interested offeror(s) shall submit four hard copies of a technical capability statement response by mail or hand delivery to Naval Air Systems Command, Attention: Kathy Camm AIR 2.3.4.2.6, 47123 Buse Road, Room 155, Patuxent River, MD 20670. All other questions and/or comments shall be put in writing and e-mailed to the attention of Lisa Maples at lisa.m.maples@navy.mil, or Kathy Camm at kathy.camm@navy.mil. This sources sought is for market research only and should any procurement result from this announcement, a request for proposal will be published separately on the Federal Business Opportunities website. The submitted technical capability statement shall consist of an introduction, system approach summary, detailed design to include pictures/figures/drawings as available, and suitability of the final product for the intended use. Contractor format is acceptable but submission must not exceed 10 pages in length and must be in Times Roman size 10 font. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number, and email address. Your written response must be received by this agency, no later than 3:00 PM Eastern Standard Time on 18 February 2015 and reference this sources sought number on both the mailing envelope as well as on all enclosed documents. ELECTRONIC REPSPONSES WILL BE ACCEPTED. Information and materials submitted in response to this request WILL NOT be returned. Classified materials SHALL NOT be submitted. 1. Place of Contract Performance: See in text above. 2. Set Aside Status: N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-15-P1-PMA299-0097/listing.html)
 
Place of Performance
Address: 47123 Buse Road, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN03631317-W 20150205/150203234435-b2727458ea65f62e9a4f83d14e0a3c37 (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.