SOURCES SOUGHT
70 -- RFI for Satellite Networking Equipment and Professional Services
- Notice Date
- 8/29/2017
- Notice Type
- Sources Sought
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- PANROC-17-P-0000_056636
- Archive Date
- 9/16/2017
- Point of Contact
- Charles D. Davis, Phone: 3097821059
- E-Mail Address
-
charles.d.davis49.civ@mail.mil
(charles.d.davis49.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- In accordance with FAR 15.201(e), a response to this RFI is not an offer and cannot be accepted by the Government to form a binding contract. The Government will not award a contract on the basis of this RFI, nor pay for information provided in response. This information will not be returned. Corporate information marked proprietary, such as non-public pricing or bid strategy, will be safeguarded. The final requirements and acquisition strategy may be different from what is described above. Project Manager Defense Communications and Transmissions Systems (PM DCATS)/Product Lead Wideband Enterprise Systems (PL WESS) is seeking the following equipment to be on-site no later than (NLT) 5 October 2017 : A Quantity of Four: 950-2150 MHz L-Band Intermediate Frequency Digital Transport that meets the following specifications: - Full Duplex switch Up to 54MHz - Instantaneous Capture of Bandwidth - Provides simultaneous output of IP stream and transmits analog IF - Dual Channel Tunable L-Band High Rate Digitizer - Packetized IF Application Software - 4xIF Analog Ports - 1 Gbe Ethernet Port - IRIG/10MHz Ref Inputs - All cables and connectors required for all interfaces A Quantity of Two : 900-3000 MHz Digital IF Wideband L-Band Intermediate Frequency Digital Transport with the following specifications: - Full Duplex Up to 500MHz - Instantaneous Capture Bandwidth - Provides simultaneous output of IP stream and transmit digital IF - Packetized IF Application Software - 1xIF Analog Ports - 1 Gbe Ethernet Port - IRIG/10MHz Ref Inputs - All cables and connectors required for all interfaces A Quantity of Three : Legacy/Analog Satellite Modem with the following minimum requirements: - L-ban interface 1-2 MHz - Serial Data interface RS-530 - Ethernet data interface A Quantity of Two : Digital IF Satellite Modem with the following minimum requirements: - Similar brand as the Legacy/Analog modem (same manufacturer) - L-ban interface 1-2 MHz - Serial Data interface RS-530 - Ethernet data interface A Quantity of One : WAN Emulator - 1G - Part #: Netropy N91-1G A Quantity of One : Network Switch - 1G - Part #: D-Link DGS-1024D The following ancillary support will be needed: Technical/System Engineering Support- Supplier of the items listed in this document shall provide the government with a comprehensive Technical and System Engineering Support package to include the following: On-Site Live Demonstration Support: - System Engineering, Integration and test support during the week last week of October 2017 (30 October 2017 to 3 November 2017) and the first week of November (6 November to 10 November 2017). - This support will be in person at the Joint SATCOM Engineering Center (JSEC) in Aberdeen Proving Grounds, MD. Site Survey of the test facility: - To take place during the second week of October 2017 (9 October to 13 October 2017). - To insure familiarity with the overall system demonstration and test environment. Off-Site Technical Support to Government team: - To take place prior to and during the live demonstrations in the month of October and the first week of November 2017. Capability Statement: Interested sources must provide a corporate capability statement with the following information. a. Name, address, and Contractor and Government Entity (CAGE) code of your company. b. Point of Contact (Name address, phone number, and e-mail). c. Identify current products your company offers which most closely match the capabilities specified within. d. Available product brochures, specification sheets, photographs, illustration and technical descriptions that describe your company's current products that most closely match the required capabilities. e. An optional White Paper (no more than 2 pages in length) describing how your company's products and technical expertise could produce and deliver the required capability within the Government's specified time frame. f. An identification of your company's past and current customers to which your company provided similar products, including a customer/company name and point of contact, phone number, and address/e-mail where they can be contacted. g. Pricing structure for required supplies, including licensing, maintenance, upgrades, and integration. Response Format: Responses shall be single-spaced, 12-point font, and not less than 1 inch margins. Based on the page limits set forth above, the total length of the response shall not exceed 5 pages, excluding company brochures and catalogs. Responses to this RFI shall be emailed or hand-delivered to the US Army Contracting Command - Rock Island, ATTN: Mr. Charles Davis, 3055 Rodman Ave, Rock Island, IL 61299. Email responses are preferred and shall be submitted to charles.d.davis49.civ@mail.mil. Responses to this RFI shall be provided NLT 1700 Central Time, 1 September 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/884d5212079dfdc4b28487e6ac817859)
- Place of Performance
- Address: Joint Satcom Engineering Center, Aberdeen Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04651367-W 20170831/170829233055-884d5212079dfdc4b28487e6ac817859 (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 |