Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOURCES SOUGHT

58 -- HARRIS GLOBAL COMMUNICATIONS, INC. RADIOS, COMMUNICATION PRODUCTS, AND RELATED SERVICES FOR FOREIGN MILITARY SALES (FMS) CASES

Notice Date
1/5/2023 6:41:09 AM
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB_23_SOURCES-SOUGHT_MARKET-RESEARCH_HARRIS_IDIQ
 
Response Due
2/4/2023 12:30:00 PM
 
Point of Contact
Andrew C (Andy) Mitchell, Phone: N/A, Fax: N/A
 
E-Mail Address
andrew.c.mitchell1.civ@army.mil
(andrew.c.mitchell1.civ@army.mil)
 
Description
SOURCES SOUGHT FOR�HARRIS GLOBAL COMMUNICATIONS, INC. (HGCi/ L3HARRIS) RADIO AND COMMUNICATION PRODUCTS, ANCILLARY AND SPARE PARTS, AND RELATED SERVICES FOR FOREIGN MILITARY SALES (FMS) CASES � The U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG), is issuing this Sources Sought notice on behalf of the Communications-Electronics Command Security Assistance Management Directorate (CECOM SAMD).� The intent of the notice is to conduct market research and identify potential sources of supply with an interest and capability to fulfill Foreign Military Sales (FMS) requirements to procure the full catalog of L3Harris Communication(s) Products.� � Vendor responses to this Request for Information (RFI)/ market survey will support market research requirements ONLY. � Inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. The U.S. Government requests that interested parties submit a brief description of your company, your company�s solution, and your ability to meet potential system requirements. � � DISCLAIMER� THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT/MARKET RESEARCH IS STRICTLY VOLUNTARY.� � PROGRAM BACKGROUND� CECOM SAMD administers and manages Foreign Military Sales (FMS) cases which includes the procurement of communications-electronics hardware. SAMD�s goal is to satisfy specific system functional and performance requirements of customer countries so that allies, and nations partnered with the U.S. in the fight against terrorism and cross-border threats can succeed in their operational missions.� Tactical radio navigation and communication systems serve a vital role in support of these operational missions by providing commanders and soldiers with the means to issue operational orders, exchange administrative and tactical data, and to coordinate operational movements and actions.�� Foreign nations acquire fleets of tactical radio systems with compatible physical, functional, and technical characteristics to ensure field interoperability of all elements of a communications network, and to minimize training, maintenance, and logistics support costs of these networks. Allies and partner nations require these radio fleets to be supported with compatible accessories, spares and require newly formed units and communications networks to possess the same compatible characteristics. This Sources Sought notice seeks information on non-developmental radio and communications systems that are fully compatible with currently fielded L3Harris systems.� CONTRACT PRICE CEILING AND ITEM DEMAND QUANTITIES Delivery Orders (DOs) are currently issued under an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a Period of Performance (PoP) ending in June of 2026.� Procurement of individual items is not guaranteed and may vary between one or more requisitions per year.� REQUIRED CAPABILITIES���������� � The purpose of this market research/sources sought is to identify interested sources that can provide/manufacture and deliver tactical HF (2-30 MHz,) VHF (30-300 MHz,) UHF (300-3,000 MHz,) and Multiband radio systems, as well as provide training and field support services. Systems must be physically, functionally and technically compatible with the following characteristics: -Include compatible ground-based radio receiver/transmitters that can be configured as handheld (up to 10W,) man-packable (up to 25W,) vehicular and vehicular handheld (i.e. jerk and run up to 50W) systems. -Include compatible airborne radio receiver/transmitter systems. -Include the following voice modes: Simplex, Half-Duplex, or Full Duplex; AM/FM analog voice, digital voice (MIL-STD-188-113 CVSD, FSK MELP, FSK CVSD). -Include the following data modes: MIL-STD-188-110C, FSK/TCM Data. -Include the following waveforms: Single Channel Ground and Airborne Radio System (SINCGARS) Electronic Counter-Counter Measures (ECCM,) Havequick ECCM, Quicklook� ECCM. -Include the following encryption: AES, Citadel�, Sierra II�. -Include the following interfaces: 6-pin audio, USB, Ethernet, IP, RS-232. -Include environmental characteristics of MIL-STD-810G for shock, vibration, sand/dust, humidity, salt fog/rain; immersion to at least 1 meter; operating temperature -40�F - 70�F. -Include options for internal GPS, power amplifier/adapter, vehicular and base station adapter/mount, antenna coupler. -Include ancillary items such as hand-sets, head-sets, external antennas, and data interface cables. Allies and partner countries have established radio system fleets that include the characteristics listed above. FMS cases supporting these countries will require radio systems, spare, repair, and ancillary parts that meet the compatibility characteristics listed above and are interoperable with already fielded Harris radio products and networks. The Government does not have and thus cannot provide any Technical Data related to the proprietary Harris radio products or waveforms/networks. FMS cases will also require training and field services that are authorized to access and maintain features listed in the above characteristics. It is anticipated that Delivery Orders (DOs) issued under a planned Indefinite-Delivery Indefinite-Quantity (IDIQ) contract will require as many as 16,300 handheld, 10,900 man-packable, 10,900 vehicular, and 5,500 vehicular hand-held radio system configurations, as well as 930 training and 260 field support services events during the five (5) year IDIQ contract period of performance. DOs will require initial deliveries within two- hundred and ten (210) days After Receipt of Order (ARO) or after contract award. A minimum twelve (12) month warranty shall be provided. Non- Developmental Item. The tactical HF, VHF, UHF, and Multiband radios should be non-developmental items. The Government desires systems with minimal maintenance and inspection requirements at the organizational level. Systems should also be easily repairable for deployed units. Vendors MUST be able to include Rough Order of Magnitude (ROM) price and availability (P&A) information for the equipment described.� NON-DEVELOPMENTAL ITEMS�� Required HF, VHF, UHF, and Multiband radio family of products are intended to be non-developmental items. The Government desires systems with minimal maintenance and inspection requirements at the organizational level. Systems should also be easily repairable for deployed units.� SPECIAL REQUIREMENTS� � The current IDIQ contract has a security classification level of Unclassified. The current IDIQ is compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.� � ELIGIBILITY� � The applicable North American Industry Classification System (NAICS), Product & Service Codes (PSC), and Federal Supply Codes (FSC) for the requirements are:� �� NAICS Code 334220: Radio and Television Broadcasting and Wireless ��� Communications Equipment Manufacturing� PSC 5895: Miscellaneous Communication Equipment� PSC R425: Support- Professional: Engineering/Technical� FSC 5810: Communications Security Equipment and Components� FSC 5826: Radio Navigation Equipment, Airborne� � SUBMISSION DETAILS� � Interested sources should furnish the following information, in the format provided below:�� (1) Name and address of company, with Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number. Any interested company must be registered with Central Contractor Registration (CCR).�� (2) Point of Contact Name, Department, phone number, and email address.�� (3) Identify past and current services your company offers that exactly match the capabilities specified above.� (3a) Describe your company�s manufacturing and/or supply capabilities in terms of stock on hand, minimum lead time notification periods, minimum production order requirements, price breaks for volume purchases on a percentage basis, what a full rate production rate is, and how long it takes to achieve it after contract award.� If initial production can be expedited for a fee, provide any additional cost for expediting production (Rough Order of Magnitude), and the expedited production lead time.� (4) Address your company's capability to act as a single provider for the hardware defined herein. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. No phone or email solicitations with regards to the status of any resulting request for proposal (RFP) will be accepted prior to its release.� Your response to this Sources Sought, including any capabilities statement(s), shall be electronically submitted to Contract Specialist Andrew Mitchell in either Microsoft Word or Portable Document Format (PDF), via email Andrew.C.Mitchell1.civ@army.mil no later than 3:30 p.m. Eastern Standard (ES) on 04 February 2023. Reference this this RFI/ market research posting in the e-mail subject line and on all enclosed documents. Responses shall include documented capability to deliver required radio systems and equipment. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a5f030cc713043268c67ae5facac0c1e/view)
 
Record
SN06557675-F 20230107/230105230111 (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.