Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
MODIFICATION

58 -- Small Airborne Networking Radio (SANR) Program, Airborne, Maritime, Fixed Station (AMF) Program Office

Notice Date
2/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T15R0014
 
Archive Date
3/5/2016
 
Point of Contact
Lee ALEXIS, Phone: 4438614965
 
E-Mail Address
Lee.Alexis.civ@mail.mil
(Lee.Alexis.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is an announcement by the U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) on behalf of the Airborne, Maritime, Fixed Station (AMF) Program Office to announce updated information for the Small Airborne Networking Radio (SANR) Program. This announcement serves as a notification to industry of procurement of Non-Developmental Items (NDIs) to meet the requirements of the Small Airborne Networking Radio (SANR) system for Army Aviation platforms. SANR is intended as a two-channel, software-defined, National Security Agency (NSA) Type 1 networking radio providing seamless real-time information operating in highly mobile and dynamic combat environments. SANR will provide Single Channel Ground and Airborne Radio System (SINCGARS), Soldier Radio Waveform (SRW) and Wideband Networking Waveform (WNW) capability, offering voice and data networking and increased data throughput to Army Aviation platforms. This announcement contains two (2) notifications for vendors interested in the SANR acquisition. 1. SANR Information Repository Content The Government hereby advises potential industry sources having an interest in the SANR acquisition program of the availability of SANR-related technical data (documentation). The applicable technical data (documentation) may be provided to each authorized vendor and their subcontractors, if applicable. In order to receive a copy of the technical data (documentation), vendors and their subcontractors must be authorized to have access to the Joint Tactical Networks (JTN) Information Repository (IR) AMF SANR folder. To obtain authorization, each vendor/subcontractor must complete the request for AMF SANR access available only on the JTN IR Registration website, https://ir-registration.sd.spawar.navy.mil. Vendors are encouraged to request authorization to the AMF SANR folder as soon as possible. Those vendors that do not have a properly certified Military Critical Technical Data Agreement (DD Form 2345) can start that process immediately by following the procedures documented at the JTN IR Registration website. Access to the JTN IR Registration website requires users to have a Public Key Infrastructure (PKI) certificate. For information on External Certification Authorities (ECA) vendors that are authorized to provide non-DoD personnel and contractors with PKI certificate services, please see the following website, http://iase.disa.mil/pki/eca/. Authorized contractors and/or subcontractors interested in the SANR acquisition may be granted access to the AMF SANR unclassified folder on the JTN IR, but access will be allowed only after the contractor/subcontractor has completed and submitted the request for AMF SANR access and only after the DD Form 2345 information is verified by the Government. No classified information will be made available to any contractors or subcontractors via the JTN IR. Contractors and/or subcontractors requiring access to the JTN IR classified artifacts for SANR will be provided the information on a Compact Disk (CD) upon Government confirmation of clearance and approval of a need to know. The CDs will be encrypted in order to protect the data, and will be sent to the contractor's approved address for receipt of classified information. The CD recipients will need to contact the Contracting Officer, Matthew Connolly at matthew.j.connolly1.civ@mail.mil, in order to receive the CD's password to decrypt the content. All recipients of the classified artifact CD shall agree to return the CD as well as any/all copies of the Data contained on the CD in the vendor's possession as agreed between the vendor and the Government JTN office. Important Note: All recipients of SANR related JTN IR artifacts from the previous Solicitation No. W15P7T-13-R-5005 must destroy all downloaded data, including source code, and notify in writing to Matthew Connolly at matthew.j.connolly1.civ@mail.mil. Failure to do so shall constitute a material breach of the Joint Tactical Radio System (JTRS) Small Airborne Networking Radio (SANR) RFP Use and Non-Disclosure Agreement, paragraph (1)(a) and a rejection to access the SANR updated information under Solicitation No. W15P7T-15-R-0014. 2. Government Site Visits The Government hereby advises potential industry sources having an interest in the SANR acquisition program of Government's interest to visit vendors' facilities that intend to produce the SANR. The purpose of the site visit is for AMF's market survey update and to provide vendors an opportunity to demonstrate small airborne technology, the status of SANR NDI activities, and manufacturing capabilities. Vendors interested in hosting AMF Program Office representatives at their facilities will need to contact Matthew Connolly at matthew.j.connolly1.civ@mail.mil in order to schedule the visit. The Government will only be available from March to May of 2015 to conduct site visits. Proprietary Data Protection Agreement (PDPA) (Attachment 1) Vendors are advised that employees of the firms identified in Attachment 2 of this announcement may serve as non-government reviewers during Government SANR market research, to include but not limited to site visits and request for information activities. These individuals will be authorized access only to those portions of the Vendor provided data and Government discussions that are necessary to enable them to perform their respective duties. Such firms are expressly prohibited from competing on the subject acquisition. If a vendor requires these firms to sign a PDPA, vendors must notify in writing to the below firms point of contact within two (2) weeks of this announcement publication date. This notice is issued solely for information and planning purposes. It does not constitute an RFP or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future RFP, if issued. If an RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor this site for additional information pertaining to this requirement. Contractors interested in the SANR procurement are advised to monitor the Federal Business Opportunities (FBO) website at http://www.fbo.gov for additional updated information about the SANR program. ---Change 1--- The purpose of this modification to the Small Airborne Networking Radio (SANR) announcement is to provide an updated list of non-government reviewers (Attachment 2) that may be used during SANR market research activities. Please see Attachment 2 to this announcement modification for the complete list. ---Change 2--- The Product Manager for Airborne, Maritime, Fixed Station (AMF), in support of the Project Manager Tactical Radios (PM TR), seeks industry feedback regarding availability of Non-Developmental Item (NDI) products to meet the requirements of the Small Airborne Networking Radio (SANR) system for Army Aviation platforms. SANR is intended as a two-channel, software-defined, National Security Agency (NSA) Type 1 certified networking radio providing seamless real-time information operating in highly mobile and dynamic combat environments. SANR will provide Single Channel Ground and Airborne Radio System (SINCGARS), Soldier Radio Waveform (SRW) and Wideband Networking Waveform (WNW) capability on any channel, offering voice and data networking and increased data throughput to Army Aviation platforms. This Request for Information (RFI) is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this RFI; all costs associated with responding to this RFI will be solely at the interested parties' expense. Not responding to this RFI does not preclude participation in any future RFP, if issued. If an RFP, for Solicitation No. W15P7T-15-R-0014, is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor this site for additional information pertaining to this requirement. Content of RFI Response: Interested parties are invited to submit technical information describing a SANR solution and its supporting ancillaries that most closely meets the requirements in the draft SANR Performance Requirements Document (PRD). The sections in quote mark Attachment No. 3 - SANR RFI Questionnaire.pdf quote mark comprise a list of questions intended to characterize the vendor's SANR solution for Government market research and planning purposes. All respondents are requested to include the outlined questions and supporting documentation along with their response to this RFI. The documents referenced in this questionnaire are located in the Joint Tactical Networks (JTN) Information Repository (IR) SANR folder. Access to the SANR folder is managed by the JTN office. Each vendor/subcontractor must complete the application process in the JTN IR Registration website at https://ir-registration.sd.spawar.navy.mil and obtain approval to access the folder. The draft SANR Program Plan is enclosed at the end of this questionnaire. Response, Submittal, and Instructions: THIS IS A REQUEST FOR INFORMATION ONLY to identify sources that can provide a SANR for Army Aviation platforms. The information provided in the RFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such as commitment or as authorization to incur cost for which reimbursement would be required or sought. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this RFI. All submissions will not be returned. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above, including follow-on briefs. All data received in response to this RFI, marked or designated as proprietary, will be fully protected from release outside the Government. Any questions marked as proprietary shall include a statement explaining why the question is proprietary. If the Government does not concur regarding the proprietary nature of the question, the question may not be answered. Vendors interested in the SANR procurement are advised to monitor the Federal Business Opportunities (FBO) website at http://www.fbo.gov for additional updated information about the SANR program. All responses and/or questions regarding this announcement shall be submitted electronically to the Contract Specialist Lee Alexis at Lee.Alexis.civ@mail.mil and the Contracting Officer Matthew Connolly at Matthew.J.Connolly1.civ@mail.mil, in Microsoft Word format or Portable Document Format (PDF) no later than 3:30 PM EST, 21 April 2015. Verbal questions will NOT be accepted. Government responses to questions may be posted to the Federal Business Opportunities (FBO) website at http://www.fbo.gov website; accordingly, questions shall NOT contain classified information. However, the Government does not guarantee that questions received will be answered. Government Site Visits: Government reminds Industry of their interest to visit vendor's facilities that intend to produce the SANR. Additional information is provided herein. The purpose of the site visit is to update AMF's market survey and to provide vendor's an opportunity to demonstrate small airborne technology, the status of SANR NDI activities, and manufacturing capabilities. The Government is interested in demonstrations that support the questions included in the SANR RFI Questionnaire and that assist in answering the Manufacturing Readiness Level (MRL) questions for MRL 7 capability contained in quote mark Attachment No. 4 - NDI MRL 7 Checklist.xlsx quote mark. Respondents to this RFI are not required to fill out the checklist in Attachment No. 4. The checklist is to provide vendors with awareness of the manufacturing capabilities the Government would survey during site visits. Vendors interested in hosting AMF Program Office representatives at their facilities will need to contact Matthew Connolly (Contracting Officer), at matthew.j.connolly1.civ@mail.mil, in order to schedule the visit. The Government will only be available from April to May of 2015 to conduct site visits. ---Change 3--- The purpose of this change is to extend the Due Date for RFI Responses requested per ---Change 2--- above. All responses and/or questions regarding this announcement shall be submitted electronically to the Contract Specialist Lee Alexis at Lee.Alexis.civ@mail.mil and the Contracting Officer Matthew Connolly at Matthew.J.Connolly1.civ@mail.mil, in Microsoft Word format or Portable Document Format (PDF) no later than 3:30 PM EST, 15 May 2015. Verbal questions will NOT be accepted. ---Change 4--- The purpose of this amendment (change 4) is to provide additional information regarding Government Site Visits and the SANR Performance Requirements Document (PRD). Government Site Visits: Site Visits are limited to vendors that intend to compete as a Prime Contractor or significant subcontractor (companies that manufacture the Power Amplifier or Radio LRU) for SANR. PRD: In addition to the PRD being placed on the Joint Tactical Network (JTN) Information Repository as indicated above, the PRD is also available by request. To obtain a copy of the SANR PRD, send a request via email to Lee.Alexis.civ@mail.mil. Include RFI no. W15P7T-15-R-0014 in the subject line of the request. Only interested sources that intend to compete as a Prime Contractor or a subcontractor on a future procurement for SANR may submit requests. The SANR PRD is for official use only and shall not be further distributed without express permission from the Contracting Officer. Vendors are still encouraged to obtain access to the Joint Tactical Networks (JTN) Information Repository (IR) SANR folder. Please see above for instructions. ---Change 5--- The purpose of this change (Change 5) is to provide answers to industry questions concerning the Small Airborne Networking Radio (SANR) RFI. These answers are provided in Attachment 5 to this RFI. Please continue to monitor FedBizOpps for futher updates and answers to industry questions. ---Change 6--- The purpose of Change 6 is to notify interested prime vendors of the opportunity to participate in one on one meetings with the Government. All industry partners who have serious interest in being a prime contractor under the Small Airborne Networking Radio (SANR) contract vehicle are cordially invited to request a one-on-one meeting with the Government. For further details, please see below: a. Attendance at one-on-one sessions will be limited to no more than 3 persons (U.S. Citizens only) per industry group attendee. b. One-on-one sessions are limited only to industry participants who have a serious interest in being a prime contractor for the SANR Contract Vehicle based on the requirements of Request for Information (RFI) W15P7T-15-R-0014. c. The Government intends to hold the one-on-one meetings on 13 August 2015. There will be no make up dates. d. Each one-on-one session will be allotted sixty (60) minutes, although the Government reserves the right to either reduce the allotted time for all sessions, or extend the one-on-one sessions to accommodate the number of industry group attendees that meet the requirements for the one-on-one session. e. All industry partners are encouraged to be honest and forthcoming with their questions/concerns during the one-on-one sessions. If the Government is unable to answer the industry partner's question, the industry partner shall submit their question to the contract specialist, Lee Alexis at Lee.Alexis.civ@mail.mil no later than 2 business days following the one on one meeting. f. The Army Contracting Command (ACC) will provide an agenda and a list of discussion questions to each industry partner that schedules a one-on-one meeting. Upon reviewing ACC's one-on-one questions, the industry vendor attending the one-on-one session shall provide their top five (5) items for discussion in advance of the meeting, prioritized in order of importance from 1 through 5 (1 being the most important topic) g. Requests shall be sent to the contract specialist, Lee Alexis at Lee.Alexis.civ@mail.mil no later than 12:00PM ET Monday, 3 August 2015. ---Change 7--- The purpose of this change (Change 7) is to provide updated answers to industry questions concerning the Small Airborne Networking Radio (SANR) RFI. These answers are provided in Attachment 6 (filename: Answers to Industry Questions - 29 July 2015.pdf) to this RFI. The answers provided in Attachment 6 replace the answers that were previously provided in Attachment 5 (filename: Answers to Industry Questions - 23 June 2015.pdf) as part of Change 5 to the SANR RFI. Please continue to monitor FedBizOpps for further updates and answers to industry questions. ---Change 8--- The purpose of this change (Change 8) is to provide potential Offerors with a Draft Statement of Work, Draft Solicitation Section L (Instructions, Conditions, and Notices to Offerors), Draft Solicitation Section M (Evaluation Factors for Award) and an Request for Information (RFI) Questionnaire to go along with an updated Draft Performance Requirements Document (PRD) and corresponding PRD feedback/compliance matrix chart. The updated PRD (Version 2.3) and its corresponding compliance matrix/feedback chart is available by request. To obtain a copy of the SANR PRD and its corresponding PRD feedback/compliance matrix chart, please send a request via email to Lee.Alexis.civ@mail.mil. Include RFI no. W15P7T-15-R-0014 in the subject line of the request. Only interested sources that intend to compete as a Prime Contractor or a subcontractor on a future procurement for SANR may submit requests. The SANR PRD is for official use only and shall not be further distributed without express permission from the Contracting Officer. Please use the attached SANR RFI Question Matrix (Attachment 12) to submit questions and comments on the aforementioned Draft documents as part of your RFI response. Questions and comments containing proprietary information shall be placed on tab entitled quote mark Proprietary quote mark and shall include a statement explaining why the question or comment is proprietary. All responses and/or questions regarding this announcement shall be submitted electronically to the Contract Specialist Lee Alexis at Lee.Alexis.civ@mail.mil, in Microsoft Word format or Portable Document Format (PDF) no later than 12:00 PM Eastern Time, 9 October 2015. Verbal questions will NOT be accepted. Questions/vendor feedback concerning the PRD shall be noted by the vendor in their PRD compliance matrix chart. Government responses to questions may be posted to the Federal Business Opportunities (FBO) website at http://www.fbo.gov website; accordingly, questions shall NOT contain classified information. However, the Government does not guarantee that questions received will be answered. This notice is issued solely for information and planning purposes. It does not constitute a Request For Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future RFP, if issued. If an RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor this site for additional information pertaining to this requirement. Contractors interested in the SANR procurement are advised to monitor the Federal Business Opportunities (FBO) website at http://www.fbo.gov for additional updated information about the SANR program. ---Change 9--- The purpose of this change (Change 9) is to provide potential Offerors with a Draft Solicitation Section H (Special Contract Requirements) Government Verification Testing provision (Attachment 13), in order for industry to provide vendor feedback. Please use the SANR RFI Question Matrix (Attachment 12) to submit questions and comments on the aforementioned Draft documents as part of your RFI response. Questions and comments containing proprietary information shall be placed on tab entitled PROPRIETARY and shall include a statement explaining why the question or comment is proprietary. All responses and/or questions regarding this announcement shall be submitted electronically to the Contract Specialist Lee Alexis at Lee.Alexis.civ@mail.mil, in Microsoft Word format or Portable Document Format (PDF) no later than 12:00 PM Eastern Time, 9 October 2015. Verbal questions will NOT be accepted. Government responses to questions may be posted to the Federal Business Opportunities (FBO) website at http://www.fbo.gov website; accordingly, questions shall NOT contain classified information. However, the Government does not guarantee that questions received will be answered. This notice is issued solely for information and planning purposes. It does not constitute a Request For Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future RFP, if issued. If an RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor this site for additional information pertaining to this requirement. Contractors interested in the SANR procurement are advised to monitor the Federal Business Opportunities (FBO) website at http://www.fbo.gov for additional updated information about the SANR program. ---Change 10--- The purpose of this change (Change 10) is to extend the former 23 September 2015 response due date for the SANR RFI to 9 October 2015 12:00 pm Eastern time. All responses and/or questions regarding this announcement shall be submitted electronically to the Contract Specialist Lee Alexis at Lee.Alexis.civ@mail.mil, in Microsoft Word format or Portable Document Format (PDF) no later than 12:00 PM Eastern Time, 9 October 2015. Verbal questions will NOT be accepted. Government responses to questions may be posted to the Federal Business Opportunities (FBO) website at http://www.fbo.gov website; accordingly, questions shall NOT contain classified information. However, the Government does not guarantee that questions received will be answered. This notice is issued solely for information and planning purposes. It does not constitute a Request For Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future RFP, if issued. If an RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor this site for additional information pertaining to this requirement. Contractors interested in the SANR procurement are advised to monitor the Federal Business Opportunities (FBO) website at http://www.fbo.gov for additional updated information about the SANR program. ---Change 11--- The purpose of this change (Change 11) is to provide potential Offerors with an updated Request for Information Questionnaire (Attachment 14), which adds question a question # 13 concerning Performance Requirements Document (PRD) Appendix C. PRD Appendix C and its corresponding Appendix C Requirements Compliance Matrix is available by request. To obtain a copy of the PRD Appendix C and its corresponding Requirements Compliance Matrix, please send a request via email to Lee.Alexis.civ@mail.mil. Include RFI no. W15P7T-15-R-0014 in the subject line of the request. Only interested sources that intend to compete as a Prime Contractor or a subcontractor on a future procurement for SANR may submit requests. The SANR PRD Appendix C and its Requirements Compliance Matrix is for official use only and shall not be further distributed without express permission from the Contracting Officer. Please use the SANR RFI Question Matrix (Attachment 12) to submit questions and comments on the aforementioned Draft documents as part of your RFI response. Questions and comments containing proprietary information shall be placed on tab entitled PROPRIETARY and shall include a statement explaining why the question or comment is proprietary. All responses and/or questions regarding this announcement shall be submitted electronically to the Contract Specialist Lee Alexis at Lee.Alexis.civ@mail.mil, in Microsoft Word format or Portable Document Format (PDF) no later than 12:00 PM Eastern Time, 9 October 2015. Verbal questions will NOT be accepted. Government responses to questions may be posted to the Federal Business Opportunities (FBO) website at http://www.fbo.gov website; accordingly, questions shall NOT contain classified information. However, the Government does not guarantee that questions received will be answered. This notice is issued solely for information and planning purposes. It does not constitute a Request For Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future RFP, if issued. If an RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor this site for additional information pertaining to this requirement. Contractors interested in the SANR procurement are advised to monitor the Federal Business Opportunities (FBO) website at http://www.fbo.gov for additional updated information about the SANR program. ---Change 12--- The purpose of this Change (Change 12) is to provide potential Offerors with an updated Request for Information Attachment 11 (Draft Solicitation Sections L - Instructions, Conditions, and Notices to Offerors and Section M - Evaluation Factors for Award). The revised attachment (Filename: Attachment 11 - Draft Solicitation Sections L & M - updated 6 October 2015) has track-changes embedded in the.pdf, and replaces the previous version of Attachment 11 which was posted 9 September 2015. Please use the SANR RFI Question Matrix (Attachment 12), the PRD version 2.3 Compliance Matrix, and the PRD Appendix C Compliance Matrix (which were previously made available by request) to submit questions and comments on the aforementioned Draft documents as part of your RFI response. Questions and comments containing proprietary information shall be placed on tab entitled PROPRIETARY and shall include a statement explaining why the question or comment is proprietary. All responses and/or questions regarding this announcement shall be submitted electronically to the Contract Specialist Lee Alexis at Lee.Alexis.civ@mail.mil, in Microsoft Word format or Portable Document Format (PDF) no later than 12:00 PM Eastern Time, 9 October 2015. Verbal questions will NOT be accepted. Government responses to questions may be posted to the Federal Business Opportunities (FBO) website at http://www.fbo.gov website; accordingly, questions shall NOT contain classified information. However, the Government does not guarantee that questions received will be answered. This notice is issuedsolely for information and planning purposes. It does not constitute a Request For Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future RFP, if issued. If an RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor this site for additional information pertaining to this requirement. Contractors interested in the SANR procurement are advised to monitor the Federal Business Opportunities (FBO) website at http://www.fbo.gov for additional updated information about the SANR program. ---Change 13--- This purpose of this change (Change 13) is a notification to industry that the release date for the Small Airborne Networking Radio (SANR) DRAFT REQUEST FOR PROPOSALS (DRAFT RFP) that was originally scheduled for December 2015, has been postponed to on or about 5 February 2016, and will be posted on FedBizOpps (FBO) under the DRAFT RFP # W15P7T16R0002. Additionally, previously posted attachments that are now no longer visible from the "Additional Documentation" link of the existing SANR FBO posting W15P7T15R0014, are now re-posted on FBO under W15P7T15R0014, for historical reference. Contractors interested in the SANR procurement are advised to monitor the Federal Business Opportunities (FBO) website at http://www.fbo.gov for additional updated information about the SANR program ---Change 14--- This purpose of this change (Change 14) is to notify Industry that the release date for the Small Airborne Networking Radio (SANR) DRAFT REQUEST FOR PROPOSALS (DRAFT RFP), originally scheduled for release on or about 5 February 2016, is delayed until April 2016. A follow-on announcement will be provided on FedBizOpps (FBO) with the projected release date. Contractors interested in the SANR procurement are advised to monitor the Federal Business Opportunities (FBO) website at http://www.fbo.gov for additional updated information about the SANR program
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d44d9da5362701e2da6f6cc692c85778)
 
Record
SN04017949-W 20160213/160211234521-d44d9da5362701e2da6f6cc692c85778 (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  © 1994-2020, Loren Data Corp.