SPECIAL NOTICE
70 -- Notice of planned use of brand name specification for Radio Frequency (RF) spectrum monitoring node
- Notice Date
- 7/21/2023 10:52:46 AM
- Notice Type
- Special Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- FA2550 50 CONS PKP SCHRIEVER SFB CO 80912-2116 USA
- ZIP Code
- 80912-2116
- Solicitation Number
- FA2550RFSN202
- Response Due
- 7/28/2023 1:00:00 PM
- Archive Date
- 08/12/2023
- Point of Contact
- Kade Allen, Stephen Cooper
- E-Mail Address
-
kade.allen@spaceforce.mil, stephen.cooper.1@spaceforce.mil
(kade.allen@spaceforce.mil, stephen.cooper.1@spaceforce.mil)
- Description
- Notice of planned use of brand name specification for Radio Frequency (RF) spectrum monitoring node (1) Action Code.� N/A (2) Date.� 21 July (3) Year.� 2023 (4) Contracting Office ZIP Code.� 80912-2116 (5) Product or Service Code.� 7G22 IT and Telecom - Network: Satellite And RF Communications Products (6) Contracting Office Address.� 50 CONS/PKB, 210 Falcon Parkway Suite 2116, Schriever SFB CO 80912-2116 (7) Subject.� Notice of Planned Use of Brand Name Requirement (8) Proposed Solicitation Number.� N/A (9) Closing Response Date.� 28 July 2023 (10) Contact Point or Contracting Officer.� Kade Allen, Contract Specialist, 50 CONS/PKB, kade.allen@spaceforce.mil�� Stephen Cooper, Contracting Officer, 50 CONS/PKB, stephen.cooper.1@spaceforce.mil (11) Contract Award and Solicitation Number.� N/A (12) Contract Award Dollar Amount.� N/A (13) Line Item Number.� N/A (14) Contract Award Date.� N/A (15) Contractor.� N/A (16) Description.� Radio Frequency (RF) �spectrum monitoring node.� Quantity:� 1. � ��a.� The 50th Contracting Squadron at Schriever Space Force Base (SSFB) is seeking information on a prospective acquisition of an additional spectrum monitoring node. �The current in place system at SSFB has three installed nodes that allows for the monitoring and recording the radio frequency (RF) environment. �This requirement will encompass the turn?key implementation of a fourth node for the equipment and include design, engineering, furnishing, installation, and testing (EFI&T) of the additional node. The current system in place at SSFB utilizes three RFeye Nodes 100? 18. ��� b.� Research of the requirement to date has indicated that other brands of RF monitoring node equipment may not be compatible with the installed and operational RFeye 100? 18 Nodes.� Therefore, 50 CONS is planning the acquisition of a fourth RFeye 100? 18 Node through competitive means, using a brand name requirement specification. ��� c.� All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.� Information requested is: ��� ����(c.1).� Is there a different brand of node that can be implemented into the current system including three RFeye Nodes? �If so, would this different brand be easily implemented into the system and be 100% fully functional and compatible? ��� ����(c.2)� If there is no other brand of node that can work with the existing RFeye 100? 18 Nodes, is it possible to modify the software, or add an interface unit of some kind, so that a different brand of RF monitoring node would work with the existing networked nodes? ��� d.� Any response to this notice is voluntary and the Government will not pay for any response submitted.� This notice should not be considered a commitment on the part of the Government to award a contract; the Government will not be liable for any costs incurred in anticipation of a contract.� All responses to this notice will be kept by the government.� No contract will be awarded from this notice. ��� e.� The following Ombudsman notice applies to this notice: ������� 5352.201-9101, Ombudsman (Oct 2019 ) �������� (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. ������� �(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). ������� �(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFICC/OL-SPC Director or Deputy Director of Contracting, 250 Peterson Blvd, Ste 315, Peterson AFB, CO 80914, (P) 719-304-4143 or 719-314- 6917, Workflow e-mail: afica.ks.wf@us.af.mil.� Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. ������� �(d) The ombudsman has no authority to render a decision that binds the agency. ������� �(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. ������� �(End of clause) ��� f.� No certification of funds for this requirement are available at present; therefore, the following statement applies to this acquisition: ������� Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. ��� g.� Responses to Government questions submitted in response to this notice, as well as comments or suggestions, may be used by the Government for the purposes of acquisition planning. (17) Place of Contract Performance.� Schriever SFB, Colorado (18) Set-aside Status.� N/A
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d61a09d269bd44638239798be5855e79/view)
- Place of Performance
- Address: Colorado Springs, CO 80912, USA
- Zip Code: 80912
- Country: USA
- Zip Code: 80912
- Record
- SN06758574-F 20230723/230721230043 (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 |