Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2017 FBO #5854
SOURCES SOUGHT

58 -- Communications Accessory Suite Land (CASL) - Package #1

Notice Date
12/1/2017
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W912CG) Natick Installation, BLDG 1 KANSAS STREET, Natick, Massachusetts, 01760-0000, United States
 
ZIP Code
01760-0000
 
Solicitation Number
SOF007CASL-RFI
 
Archive Date
1/25/2018
 
Point of Contact
Michael Richards, Phone: 508-233-6375
 
E-Mail Address
Michael.o.richards2.ctr@mail.mil
(Michael.o.richards2.ctr@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Requirements Testing by Phase CASL PSPEC THIS IS a REQUEST FOR INFORMATION (RFI) in support of United States Special Operations Command (USASOC) for market research and to find communication ancillary devices / systems which are interoperable with the Next Generation Handheld (NGHH) radio and capable of meeting the attached requirements. This opportunity is being afforded to commercial industry by USASOC and United States Special Operations Command Program Manager Special Operations Forces Survival, Support and Equipment Systems (PM-SOF SSES). The intent of this opportunity is to assess the initial suitability and effectiveness of applicable systems and components for consideration of follow on testing, and potential procurement and fielding of the Communications Accessory Suite Land (CASL). This is a request for information (RFI) and does not constitute a solicitation or request for proposal. The findings from this Market Research effort may impact any future solicitations related to this requirement The Government is also requesting that restrictive or proprietary markings not be used in response to the RFI. Any information and samples submitted may not be returned, and no payment will be made by the Government for such samples. Responses to this notice are to be sent to the RFI POC below. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement. There is no cost to the government for contractor's response to this RFI in any form. PURPOSE: United States Special Operations Command, in their pursuit of a technologically advanced Communications Accessory Suite compatible and interoperable with the Next Generation Handheld (NGHH) radio, and in concert with PM-SOF SSES is investigating the ability of industry to meet the performance requirements of this program. METHOD: Assessment of the Operational Suitability, Safety and Effectiveness of the Test Article Systems1, according to the desired measures of effectiveness; both suitability and performance. A. INSTRUCTIONS TO OFFERORS 1. This request will be for a small business set aside. Please identify any categories pertaining to your business: (certified 8(a), certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB)). Responses are restricted to U.S. firms that are established and registered in Central Contract Registration (CCR). The NAICS code for this acquisition 334220. 2. Period for acceptance. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the RFI. 1 Test Article Systems will be the OEM / vendor submissions. 3. Product samples. When requested by the RFI, product samples shall be submitted at or prior to the time specified for receipt of offers. These samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during testing. 4. CASL is to be considered a High Noise capable system. Solutions for both ITE and Circumaural headsets are being sought, which would be integrated into a single PTT solution. Manufacturers should consider their willingness to integrate their headset (if preferred) into another PTT, if their PTT is not preferred. 5. Multiple offers. Offerors are encouraged to submit no more than two offers for satisfying the requirements of this RFI. 6. Offerors are responsible for submitting offers so as to reach the Government office designated in the RFI by the time specified in the RFI. If no time is specified in the RFI, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. 7. The government will conduct the testing. The government will not be held responsible for any damages to the equipment submitted during testing. All equipment will be returned with a brief write up of the test results. Participating OEMs / vendors may be afforded an opportunity to receive a briefing prior to the beginning of initial tests, but vendors will not be allowed to observe testing. B. PROPOSAL PREPARATION INSTRUCTIONS Offeror's proposal shall comply with the following: Two volumes shall be written for each CASL RFI response - consisting of technical and price. All data and materials must be included. Proposals must be organized as described below. The requested information in the form outlined below and Five (5) PDMs (see below; 1. Volume I - Technical Factor, (a) Product Demonstration Models (PDMs) for configuration) of each system offered must be delivered to RDECOM, ATTN: Mr. Michael O. Richards, BLDG 4 RM D-017, 15 General Green Ave, Natick, MA 01760-5019, no later than 10 January 2018 at 12:00 pm EST. VOLUME CONTENT Number of Copies to Submit Volume I Technical (1) original, (3) copies, and (1) CD Volume III Contract/Price (1) original, (1) copy, and (1) CD CLASSIFIED DATA: No classified data shall appear in the proposal and shall not be submitted electronically. Should an Offeror believe a need exists to provide classified information to support their proposal, they should contact the program office to explain this need, and if necessary, coordinate for separate instructions. 1. Volume I - Technical Factor (a) Product Demonstration Models (PDMs) Proposals should include, at a minimum: PTT Headset (Circumaural) High-Noise -OR- Headset (In the Ear) High Noise Radio down-lead cables - RF-255M-STC (Qty: 1) Radio down-lead cables - Legacy 6 pin (Qty: 2) ICS down-lead cables - (Qty: 1 per 4 systems) Carrying Case Technical / Instruction Manual Data sheet for each product / system submitted; including name, model number, and picture Software (if applicable) Battery(ies) (if required) FOB: Destination In addition, provide a test report for every claimed or stated performance or compliance with published standards; including the test agency, date of test, name, model number, and picture of the product / system tested. 2. Volume III - Contract/Price (a) The pricing goal per system is at or below three thousand four hundred dollars ($3,700.00). Be advised that although this is the goal, Technical factor more important. (b) The entirety constitutes the offeror's price proposal for this acquisition, to include Quantity Discount Rates. These should be for kits, and items individually; as well as, therefore, the offeror shall complete ALL pricing of Supplies and Services for the basic period and ALL options. 1 to 50 _______ 51 to 100 _______ 101 to 500 each _______ 501 to 1,000 each _______ 1,001 to 5,000 each _______ 5,001 to 10,000 each _______ 10,001 and above _______ METHOD of Testing: Assessment of the Operational Suitability, Safety and Effectiveness of the Test Article Systems, according to the desired measures of effectiveness; both suitability and performance. MEANS: Each submitted proposal with the PDMs will be reviewed against the program requirements and assessed as best suited for further, follow on testing. This initial review will consist of the following: C. PROCESS The planned testing process shall be divided into two separate phases. This may be modified to meet schedule: 1. Phase I: the Team will conduct an Initial Technical Evaluation of each offer to ensure the PDM satisfies the requirements listed in Attachment 1 (2017-11-30 CASL PSPEC DRAFT). PDMs that best satisfy these requirements may follow on for additional testing in Phase IIA. 2. Phase IIA: The PDM systems moving forward to Phase IIA will go through a User Evaluation (UE). The UE will determine the extent to which the PDMs meet the Form, Fit, Function threshold requirements, as well as other identified requirements listed in Attachment 1 (2017-11-30 CASL PSPEC DRAFT) and Attachment 2 (CASL Requirements Testing by Phase). The PDMs that best satisfy requirements may follow on for additional testing in Phase IIB and IIC. 3. Phase IIB: Some PDM systems moving to Phase IIB will undergo Environmental and Acoustic testing at a contracted test facility. This testing will determine / ensure the extent to which the PDMs meet the requirements listed in Attachment 1 (2017-11-30 CASL PSPEC DRAFT) and Attachment 2 (CASL Requirements Testing by Phase). 4. Phase IIC: The PDM systems selected to move forward to Phase IIC will undergo Radio / Platform Interoperability testing. This testing will confirm the compatibility / interoperability between the PDMs and the identified platforms in in Attachment 1 (2017-11-30 CASL PSPEC DRAFT) and Attachment 2 (CASL Requirements Testing by Phase). D. OTHER 1. COMMUNICATIONS INTEROPERABILITY TESTING. Upon receipt, the sample systems may be subjected to Communications Interoperability Testing (Radios, Mobility Platforms) using the following communications systems: A. RF-335M-STC / 20M RF-335 (19 Pin) (NGHH) B. Urban (6 pin), AN/PRC-152A (V1C) MBITR2 C. Urban (6 pin), AN/PRC-148 (V2C) MBHHR D. AN/PRC-117G E. AN/PRC-117F F. LV2/VIC-III Intercom System G. CV-22 H. MH-60M I. MH-47G J. MH-6 K. GMV 1.0/1.1 L. MATV M. Stryker 2. ENVIRONMENTAL TESTING. The PDM sample systems will undergo the following Environmental Tests: A. MilStd 810G 500.5 Low Pressure (Altitude) 1&2 B. MilStd 810G 501.5 High Temperature 1&2 C. MilStd 810G 502.5 Low Temperature 1&2 D. MilStd 810G 503.5 Temperature Shock 1C E. MilStd 810G 507.5 Humidity 2 2 This is the radio of choice to perform functionality tests after each Immersion (Depth/Time) profile F. MilStd 810G 509.5 Salt Fog G. MilStd 810G 510.5 Sand / Dust 1 & 2 H. MilStd 810G 512.5 Immersion I. MilStd 810G 514.6 Vibration 1 J. IEC 60529 IP-X6 Powerful Water Jets K. MilStd 461F RS 103 Radiated Susceptibility L. MilStd 461F RE 102 Radiated Emissions 3. ACOUSTIC TESTING. The Test Article systems will undergo the following Acoustic Tests: A. ANSI S12.6-2008 Measuring the Real-Ear Attenuation of Hearing Protectors B. ANSI S12.42-2010 Measurement of Insertion Loss of Hearing Protection C. ANSI S3.2-2009 Measuring the Intelligibility of Speech D. AFRL-ALF Sound Localization E. AFRL-ALF Electro-Acoustic Measurements 4. FOLLOW ON TESTING. See Attachment 3 (Estimated Schedule of Activities) for estimated date(s) for ‘Follow-On Testing'. At the discretion of the government, the Test Article systems will be subjected to additional Acoustic, Environmental, Interoperability, and User Tests. a. Offerors must be prepared to respond to additional orders with no more than 15-20 days to delivery of additional Test Articles after receipt of order (ARO). 5. REVIEW OF RESULTS. See Attachment 3 (Estimated Schedule of Activities) for estimated date(s) for ‘Review of Results'. At the conclusion of all testing, the results will be analyzed and compiled into a report of results for formal review and determination of Operational Suitability, Safety, and Effectiveness. 6. Please indicate compliance with the Berry Amendment, Buy America and Trade Compliance. 7. Requests for information (RFI's) will be answered via updates to this FBO notice and via Conference Call / Q&A session where feasible. ATTACHMENTS: 3 ATTACHMENT ONE: CASL PSPEC (DRAFT) See 2017-11-30 CASL PSPEC DRAFT ATTACHMENT TWO: CASL Requirement Testing by Phase See CASL Requirements Testing by Phase
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a6f0513fe52392d003db108d98733402)
 
Place of Performance
Address: 15 General Greene Ave, Bldg. 4 Rm D-017, Natick, Massachusetts, 01760, United States
Zip Code: 01760
 
Record
SN04754064-W 20171203/171201230818-a6f0513fe52392d003db108d98733402 (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.