Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
SOLICITATION NOTICE

D -- High Frequency (HF) Radio Procurement

Notice Date
5/26/2017
 
Notice Type
Presolicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-450 WA - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
27398
 
Response Due
6/15/2017
 
Archive Date
6/15/2017
 
Point of Contact
Elisa Brown, elisa.brown@faa.gov, Phone: 202-267-3610
 
E-Mail Address
Click here to email Elisa Brown
(elisa.brown@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET SURVEY CAPABILITY ASSESSMENT FOR THE FEDERAL AVIATION ADMINISTRATION OFFICE OF SECURITY AND HAZARDOUS MATERIALS SAFETY (ASH) HF RADIO This is a market survey for a High Frequency/Single-Side Band (HF/SSB) radio capability. The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The Federal Aviation Administration (FAA) is not seeking or accepting unsolicited proposals. Introduction/Purpose This market survey announcement is issued in accordance with the FAA Acquisition Management System (AMS) Policy section 3.2.1.2.1 Market Analysis. The purpose of this Market Survey is to understand what radio technologies are currently in the HF/SSB radio market space, identify radio manufacturers, identify potential vendors with experience installing HF/SSB radio systems, and options available for extended hardware warranty. This will be accomplished by obtaining and assessing industry responses to specific market survey questions contained herein. At this time the nature of the competition has not been determined. This market survey is issued solely for market research information and planning purposes and does not constitute a solicitation. Responses will be treated as information only and will not be used as a proposal. The information submitted in response to this survey may be used to help the FAA further define its requirements and acquisition strategy. Responses to this survey are not offers and cannot be accepted by the FAA to form a binding contract. The FAA does not intend to make an award on the basis of this survey. Companies responding are advised their response does not ensure participation in future solicitations or contract awards. The FAA will not reimburse participants for any expenses associated with their participation in this survey. Responses that indicate the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Proprietary information submitted, as part of responses to the survey, should be clearly identified and it will be treated as such. The FAA reserves the right to follow up on a one-on-one basis with survey respondents to gain additional information or clarity about information submitted. Background The FAA has a requirement to provide nationwide Command and Control Communications (C3) support services. Emergency communications systems are defined as those means of communications the FAA employs to direct the management, the operations, and the reconstitution of the National Airspace System (NAS) in support of the FAA, the Department of Transportation (DOT), and the Department of Defense (DoD) missions during national disasters or national security emergencies when normal common carrier telephone circuits become disrupted. Requirements The FAA is conducting initial planning for the technical refresh of the existing HF/SSB radio transceiver. The survey is to determine what HF/SSB with automatic link establishment (ALE) radio technology is available on the market that meets the minimum requirements listed below. Responses are to include a budgetary estimate of the costs for the design, engineering, hardware, shipping and installation. The contractor will be responsible for the design, configuration and installation of one 1kW HF radio system. The proposed HF/SSB radio equipment must meet the following requirements: 1)Capable of 1kW power output 2)Capable of transmitting and receiving encrypted voice and data by externally connecting to NSA approved Type 1 cryptographic equipment to include the KY-99 family of cryptographic equipment. 3)Capable of also supporting Type 3 voice and data encryption either internally or permit interface to a Type 3 device. 4)Capable of transmitting CONUS-wide at all times 5)Certified for compliance by the Joint Interoperability Test Center (JITC) to meet HF ALE requirements of MIL-STD-188-141C (Interoperability and Performance Standards for Medium and High Frequency Radio Systems) 6)Compliant with National Telecommunications and Information Administration (NTIA) requirements for equipment used within the United States, as listed in Chapter 5 of the Manual of Regulations and Procedures for Federal Radio Frequency Management 7)Prohibit the storage of data transmitted by the HF Radio Equipment. 8)Capable of remotely controlling the positioning of the antenna 9)Consist of COTS products 10)Provide HF communications service under austere operational conditions 11)Include operator/user local and remote control terminals, microphone, and desktop computer based console 12)Rack mountable in a standard 19 rack 13)Shall meet Energy Policy Acr (EPAct) of 2005; and National Energy Conservation Policy Act of 1978. 14)Vendor response to a reported trouble issue will be within four hours with dispatch for unresolved troubles occurring within 24 hours of initial trouble report. 15)Have an optional extended warranty that is priced individually for one year, two years, three years, and five years. The FAA is seeking vendors capable of satisfying this requirement at the prime contractor level. Vendors interested in responding to this survey must complete the below capability survey explaining their company's proficiency and ability to meet requirements. Business Information Provide the following Business Information for your company: Company Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page Address: Specify whether your company is a U.S. or foreign-owned firm North American Industry Classification System (NAICS) Code Potential Offeror Capabilities Provide the FAA with responses to the following items: 1)What is your experience in providing the capability and objectives/requirements listed above? Include a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (contracting officers or program managers). 2)The expected period of performance is twelve months plus a minimum of four 12 month option periods. Please address capability of supporting the periods of performance. 3)Discuss any documents or data you will require from the government to complete the requirements listed above and briefly explain their purpose. 4)What are the top five risks you see in accomplishing this effort? 5)Please provide Mean-Time-Between-Failure (MTBF) data and how it is derived. 6)Please describe the primary power source(s) required to operate the equipment to include volts, cycle per second, and maximum amperage required. 7)Please provide the maximum heat output of the system in BTUs per hour. 8)Please provide the operating temperature range of the system. 9)What is the intended life of the system? 10)Please provide a recommendation on an antenna of the size and type to optimally work with the proposed radio solution. 11)Please provide information on available operator training options. 12)Are there any other relevant topics, concerns, and information that will help the FAA in forming an acquisition strategy? Response Procedures Identify a representative to support further FAA inquiries and requests for clarifications of the information provided. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. Companies responding to this market survey are advised their response does not ensure participation in future solicitations or contract awards. The FAA will not reimburse any company or individual for any expense associated with preparation or participation in this market research. E-mail response must be received no later than June 15, 2017. All responses to this market survey should be submitted via email to: Federal Aviation Administration ATTN: Elisa Brown, FAA Contracting Officer 800 Independence Avenue, SW Washington, DC 20591 Elisa.Brown@faa.gov (202) 267-3610 If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/27398 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/27398/listing.html)
 
Record
SN04524128-W 20170528/170526234616-364c7a9667bf8a0eefaf822c7addc250 (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.