SOURCES SOUGHT
58 -- Hand-Held Tactical Radios Request for Information
- Notice Date
- 12/18/2017
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8629-18-HH152A
- Archive Date
- 1/6/2018
- Point of Contact
- Amber A. Taylor, Phone: 9376568463
- E-Mail Address
-
amber.taylor.9@us.af.mil
(amber.taylor.9@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Hand-Held Tactical Radios REQUEST FOR INFORMATION (RFI) 1. This RFI is issued for informational purposes and market research only, and does not constitute a solicitation. The Government will NOT reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting. 2. The Air Force Life Cycle Management Center (AFLCMC) Battlefield Airmen Branch (WISN), Wright-Patterson AFB, OH, is conducting market research to identify potential sources that may be capable of providing a hand-held tactical radio that is inter-operable with currently fielded radio systems, for use in the battlefield. The currently fielded hand-held radio for the Battlefield Air Operations Kit (BAO) is the AN/PRC-152A. 3. The required capabilities and features that a hand-held solution must provide include: a. A wide-band networking radio that provides voice, high-speed networked data, and full-motion video services on the move. b. Covering the 30 to 512 MHz frequency range the multi-band radio should also include a high band enhancement that increases the radio's frequency coverage to 30-520 MHz and 762-870 MHz for select waveforms. c. The radio shall provide interoperability with traditional narrow-band waveforms such as SINCGARS, HAVEQUICK II, HPW, HPW IP, IW, and VHF/UHF AM and FM in the 30-512 MHz range. d. Additionally, the radio should support wide-band (e.g. 1.2 MHz Bandwidth networking waveforms from 225 to 450 MHz). e. The hand-held radio shall feature the software communication architecture (SCA) operating environment, which provides the optimal transition to software defined radio technology. f. The hand-held radio shall also provide high-speed networked data using the Adaptive Networking Wideband Waveform (ANW2) and support SRW. g. The radio shall quickly and efficiently transmit mission-critical voice, data and video in the most challenging urban communications environments. This shall be a wide-band hand-held radio that can deliver IP-based mobile ad-hoc networking to warfighters at the tactical edge. 4. Interested potential offerors are encouraged to respond to this notice. Responses must directly demonstrate the company's capability to meet or exceed the above listed requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. 5. Respondents shall indicate whether their solution is Joint Tactical Radio System (JTRS) Compliant. 6. Respondents shall provide the following information in their responses: Name: Address: Point of Contact (to include phone number and email address) CAGE Code: Web Page URL: Size of business pursuant to NAICS code 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, (size standard 1,250 employees). Based on the NAICS code, state whether the company is: Other than small business, small business, small disadvantaged woman-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone) State whether the company domestically or foreign-owned (if foreign, please indicate the county of ownership) State whether the company is interested in being a Prime Contractor or Subcontractor for the requirement 7. Responses shall not exceed five (5) pages. Include technical and descriptive text to provide sufficient detail. The submitted documentation becomes the property of the United States Government and will not be returned. 8. Respondents shall clearly mark proprietary data with the appropriate markings. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. Any material that is not marked will be considered publicly-releasable. 9. When submitting a response, please be aware that the Air Force workforce is supplemented by contracted support personnel. Any proprietary data submitted may be handled by contract support services personnel who have signed the same Non-Disclosure Agreements (NDAs). 10. Broad industry participation for this RFI is encouraged. U.S. and non-U.S. firms are permitted to respond. 11. Please note that all prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a Department of Defense (DOD) contract. To learn more about this SAM requirement and how to register, please visit the SAM website at: https://www.samg.gov/portal/SAM#1 12. Responses are due by 5:00PM Eastern time on 22 December 2017 via email to: Amber Taylor AFLCMC/WISK Contracting Officer Amber.taylor.9@us.af.mil 13. For more information on this RFI, please contact the point of contact identified above. E-mail communications are preferred.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8629-18-HH152A/listing.html)
- Place of Performance
- Address: AFLCMC/WISN, 1895 5th St. Bldg 46, WPAFB, OH 45433, Dayton, Ohio, 45371, United States
- Zip Code: 45371
- Zip Code: 45371
- Record
- SN04769447-W 20171220/171218230845-788e8a9c2498eeb22f7b1aa816c05951 (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 |