Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2019 FBO #6538
MODIFICATION

70 -- PdM WESS FDMA Digital Intermediate Frequency Modems Design & Production

Notice Date
10/18/2019
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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
W52P1J20RFDMA
 
Archive Date
11/30/2019
 
Point of Contact
Leslie M. Dickson, Phone: 3097820306, Julie Lawrence, Phone: 3097824529
 
E-Mail Address
leslie.m.dickson2.civ@mail.mil, julie.l.lawrence.civ@mail.mil
(leslie.m.dickson2.civ@mail.mil, julie.l.lawrence.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Product Manager Wideband Enterprise Satellite Communications (SATCOM) Systems (PdM WESS), Fort Belvoir, VA, is seeking information from potential offerors for the contemplated acquisition of advanced Digital Intermediate Frequency (IF) capable Frequency Division Multiple Access (FDMA) modems to integrate with Department of Defense (DoD) SATCOM gateways and enable Digital IF ground segment architectures. Large and small businesses are requested to respond to this Request for Information (RFI). Large and small business should be: • experienced in providing DoD SATCOM modems • experienced in delivering functionality detailed in the attached capabilities list In considering their capabilities, businesses should determine whether they would be able to both develop and produce the required technology. Subcontracting opportunities are possible in this scenario. Interested vendors should also be aware of Solicitation Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and Contract Clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, which may be relevant to this acquisition. Small business is defined by North American Industry Association Classification System (NAICS) "Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing" 334220, (750 employees or less). PdM WESS is seeking to: • upgrade existing FDMA modem equipment • address growth in DoD SATCOM user demand • support Digital IF ground segment architectures addressing growth and resilience • address floor space and terminal congestion through multi-carrier modem capability • deliver advanced integrated modem features while simplifying operator support burden As such, the Government tentatively plans to include the following equipment, data and services in a pending solicitation: a. FDMA modem addressing attached list of capabilities. b. Monitoring & Control System (M&CS) software for same. c. DoD modem data package for certification, sustainment, cybersecurity, fielding, test, training and logistics. d. Support for integration of the Digital IF capable modem into Digital IF equipped terminals. e. Support for Government performance, certification and interoperability testing. Government testing will be performed at the following facilities: Tobyhanna Army Depot, Aberdeen Proving Ground, and/or other Government facilities to be identified. Interested potential offerors are asked to provide the following specific information. a. Name, address, and Commercial and Government Entity (CAGE) code of your company. b. Point of Contact (Name address, phone number, and e-mail). c. Current capabilities your company offers which most closely match the capabilities specified in the attached list. d. Available brochures, photographs, illustration and technical descriptions that describe your company's current products and services that most closely match the required capabilities. e. An optional White Paper (no more than 20 pages in length) describing how your company's technical expertise could produce and deliver the required capability. f. An identification of your company's past and current customers to which your company provided similar services, 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 and services. h. Contractors shall identify any proprietary information and identify intellectual property considerations which may limit DoD use, release or standardization. This RFI is for planning purposes only and shall not be construed in any manner to create an obligation on the part the of Government to enter into any agreement, nor to implement any of the actions contemplated herein, nor to serve as the basis for any claim whatsoever for reimbursement for any costs associated with the preparation of responses submitted to the RFI. Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer. Verbal questions will NOT be accepted. Please furnish the above requested information by 15 November 2019 at 1700 CT. Please submit the requested information in PDF or Microsoft Word format to Ms. Leslie Dickson, Contract Specialist at leslie.m.dickson2.civ@mail.mil and Ms. Julie Lawrence, Contracting Officer at Julie.l.lawrence.civ@mail.mil. All other questions should be directed to Leslie Dickson at Army Contracting Command - Rock Island.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d80fd61b95d95d9e4b8fb758b7722969)
 
Record
SN05478146-W 20191020/191018230614-d80fd61b95d95d9e4b8fb758b7722969 (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.