Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
SOURCES SOUGHT

99 -- Spectrum Monitoring Equipment

Notice Date
5/11/2020 10:49:45 AM
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
FA2487 AFTC PZIE EGLIN AFB FL 32542-6886 USA
 
ZIP Code
32542-6886
 
Solicitation Number
FA2487-20-R-0080
 
Response Due
5/15/2020 9:00:00 AM
 
Archive Date
05/30/2020
 
Point of Contact
Nick Griswold, Phone: 8508831003
 
E-Mail Address
nicholas.griswold.2@us.af.mil
(nicholas.griswold.2@us.af.mil)
 
Description
The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing Spectrum Monitoring Equipment.� The proposed items should provide for similar capabilities found in the equipment manufactured by Rohde & Schwarz.� Referenced model numbers are: 1. DDF255 Digital direction finder and wideband receiver without front panel. 4067.9240.02 2. DDF255-SHF SHF extension for DDF255 allows for direction finding 8.2 GHz and monitoring to 26.5 GHz. 4066.4200.03 3. DDF255-PS Panorama scan for DDF255 fast spectrum scan monitoring. 4066.4500.03 4. DDF255-WB Bandwidth extension to 80 MHz for DDF255. 4066.4645.03 5. DDF255ADC2 Multi-function board 2 for DDF255 for options DDF255-WB and/or DDF255-DDC. 4079.7925.03 6. DDF255-DCV Documentation of calibration values for DDF255. 4066.4780.03 7. ZZA-411 19� Adapter 4HU 1096.3283.00 8. ADD075 UHF/SHF DF antenna for single-channel DF systems. Color light ivory (RAL1015). 4069.6603.12 9. ADD07XZB Antenna adapter for ADD075, bottom for installation of ADD075 on mast. 4069.7300.02 10. ADD07XZT Antenna adapter for ADD075, top for installation of ADD196 or ADD197 on top of ADD075.4069.7200.02 11. ADD150A Mast adapter for ADD253/153SR/157 and ADD295/197/119 color light ivory (RAL1015). 4041.2655.02 12. ADD196 VHF/UHF DF antenna 20 MH z to 1300 MHz, active passive switch for single channel DF systems only color light ivory (RAL 1015). 4077.3000.12 13. DDF1CX Antenna interconnection cable set for interconnecting ADD075 with ADD19x length. 4077.8801.10 14. DDF1C-7 Antenna cable set for single-channel DF frequency range 0.5 MHz to 8200 MHz length 30 meters.4077.8001.93 15. ARGUS Basic module monitoring software. 3056.8706.02 16. ARGUS Dongle USB Compact for ARGUS 6 software. 3052.2861.02 17. ARGUS Audio recording/ Replay. 3056.8706.30 18. ARGUS Remote control interface. 3056.8706.40 19. ARGUS Device Drive for Class Receiver 3056.8706.50 20. ARGUS device driver for class DF. 3056.8706.60 21. Services and Third Party Equipment 22. ESME Monitoring receiver from 20 MHz to 6 GHz model without front panel for remote control operation. 4113.0000K2 23. ESME Monitoring Receiver from 20 MHz to 6 GHz model without front panel for RC Ops. 4113.0000.02 24. ESME-PS� Panorama scan RF spectrum for ESMD. 4113.2010.02 25. ESME-ADC2 Multifunction board for ESME for options ESME-WB and/or ESMD-DDC. 4113.2355.02 26. ESME-WB 80 MHz IF Panorama bandwidth for ESME. 4113.2061.02 27. ESME-DCV Documentation of calibration values.4113.2326.0 28. ESME-MW18 Internal downconverter for ESME extends range to 18 GHz.� 4113.2478.02 29. ZZA-411 19� adapter, 4HU, 1/1 for BW200 cabinets.1096.3283.00 30. HE600 Active omnidirectional receiving antenna 20 MHz to 8 GHz N-female color squirrel gray (RAL7000). 4094.9002.02 31. IN600 Bias unit for HE600 8.3 kHz to 8 GHz. One antenna port 100 V to 240 V AC. 4094.3004.11 32. KM011Z9 adapter for HE600 on KM011 plug-in mast or HZ-1 tripod. 4095.0750.02 33. ZZA-KN20 19� adapter BW2010 cabinet 1Hu �.1175.3191.00 34. ARGUS Device Driver 3056.8706.50 All interested firms should submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below.� Proposals are not being requested or accepted at this time.� As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.� No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation.� The decision to solicit for a contract will be solely within the Government�s discretion. The NAICS Code assigned to this acquisition is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals with a size standard of 750 persons.� Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).� Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.� The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.� All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.� No set-aside decision has been made.� Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought is voluntary.� This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice.� Respondents will not be individually notified of the results of any government assessments.� The Government�s assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.� CAPABILITIES STATEMENT:� All interested firms should submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice.� The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement.� The response should be limited to 10 pages.� Responses may be submitted electronically to the following e-mail address:� nicholas.griswold.2@us.af.mil.� All correspondence sent via email should contain a subject line that reads �FA2487-20-R-0080 Spectrum Monitoring�. �If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB.� Filters are designed to delete emails without a subject or with a suspicious subject or attachment.� Attachments with files ending in .zip or .exe are not allowable and will be deleted.� Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email.� All other attachments may be deleted.� All responsible sources may submit information that will be considered by the agency.� If late information is received, it may be considered, depending on agency time constraints.� All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting.� The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement.� Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in beta.sam.gov separately.� Responses to this sources sought will not be returned.� The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought.� No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time.� In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. Only government employees will review submitted responses to this sources sought.� Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor�s proprietary information.� These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. RESPONSES ARE DUE NO LATER THAN 11:00 A.M. (CST) ON�15 May 2020.� Direct all questions concerning this requirement to Nick Griswold at nicholas.griswold.2@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/91453e0962f9450f905f8c3768935a26/view)
 
Record
SN05653789-F 20200513/200511230213 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.