Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOURCES SOUGHT

58 -- Tactical Radio Systems and Equipment

Notice Date
2/1/2018
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-18-RFI-0168
 
Archive Date
3/3/2018
 
Point of Contact
Evanuel Hairston, Phone: 7323232094
 
E-Mail Address
evanuel.hairston@navy.mil
(evanuel.hairston@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) Tactical Radio Systems and Equipment RFI Number: N68335-18-RFI-0168 Classification Code: 5820 Radio and Television Communication Equipment, Except Airborne NAICS Code(s): 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing Response date - 15 days Primary Point of Contact: Evanuel Hairston evanuel.hairston@navy.mil Phone: 732-323-2094 This Request For Information notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement 206-302-1(d). The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communications Mission Solutions (SCMS) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off the Shelf (COTS) tactical radio system. The tactical radio system will be used to provide secure, continuous, reliable, short- and long-range communications between a response unit and lateral/higher-echelon civilian and military operational commander's Incident Command Posts (ICPs). The tactical radio system will include manpack radios, handheld radios, Radio Frequency (RF) amplifiers, vehicular adapter mounts, speakers, headsets, handsets, programming software, interface cables, and antenna. The manpack radio will be mounted in a vehicle, and will be dismounted as required. The handheld radio will be mounted in a vehicle and will also be used by personnel on foot. The tactical radio system will need to interface with existing equipment, such as keymat loaders and a programming computer. The radios shall be multiband capable, supporting operation in the VHF/UHF frequency bands, APCO Project 25 mode, Single Channel Ground and Airborne Radio System (SINCGARS) mode, HAVEQUICK II mode, Soldier Radio Waveform (SRW) mode, Integrated Waveform (IW) mode, and Mobile User Objective System (MUOS) mode. The radios are to be certified by the National Security Agency (NSA) to support use of Type I Encryption. The radios are to be JITC certified. RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: •· Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. •· Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum: •· Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. •· Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count. •· Respondents should provide a detailed description of the following characteristics for each radio in their submission: •o Physical dimension and weight •o Electrical power requirements •o Battery requirements •o Frequency bands and channel spacing supported •o Modulations supported •o RF power output, by frequency band and modulation •o Ability to support SRW operation •o Ability to support SINCGARS operation •o Ability to support HAVEQUICK II operation •o Ability to support IW operation •o Ability to support MUOS operation •o Ability to support APCO Project 25, trunked and conventional operation •o Types of encryption supported and the associated certifications •o GPS and Selective Availability Anti-Spoofing Module (SAASM) capabilities •o Description of RF amplifiers that are interoperable with the radio, including those amplifiers made by other companies •o Description of external speakers that are interoperable with the radio, including those speakers made by other companies •o Description of keymat loaders that are interoperable with the radio, including those loaders made by other companies •o Description of vehicle mount/adapters that are interoperable with the radio, including those mounts made by other companies •o Description of recommended ancillary items, such as power supplies, battery chargers, antenna, mounts, etc •· Respondents should provide a description of the capabilities of their radio programming software, including a description of the requirements for the computer that will be used to operate the software and a description of any software license re-use limitations. •· If applicable, respondents shall include a list of DoD, Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor POC for each program, with email address and phone number. •· The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA and sent only to the contracts point of contact identified below. •· Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION This 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 request for information does not commit the Government to contract for any supply or service. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competition. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the requirement of this RFI, as well as, identification of long lead items(s), sub-systems(s), or systems(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts point of contact identified below. Interested parties are requested to submit responses in PDF Document Format via e-mail to Evanuel Hairston at evanuel.hairston@navy.mil. Responses are due no later than 16 Feb 2018, 2:00 P.M. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-RFI-0168/listing.html)
 
Record
SN04808012-W 20180203/180201232242-b1b69112261a940c22daaacb8a6ffc75 (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.