SOURCES SOUGHT
D -- PORTABLE SELF CONTAINED COMMUNICATION SYSTEM TO SUPPORT AN/PRC-117F AND PSC-5C/D TACTICAL SATELLITE RADIOS BRAND NAME OR EQUAL - ABP-ISC-100MB SINGLE RADIO SYSTEM AND ABP-ITPC-4/2-MB TWO RADIO SYSTEM
- Notice Date
- 5/6/2010
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Key West Division (PARC Americas 410th CSB), P.O. Box 9051, Naval Air Station, Key West, FL 33040-9051
- ZIP Code
- 33040-9051
- Solicitation Number
- W912PX-10-T-0010
- Response Due
- 5/12/2010
- Archive Date
- 7/11/2010
- Point of Contact
- Sarah Taylor, (305) 293-5347
- E-Mail Address
-
Key West Division (PARC Americas 410th CSB)
(sarah.f.taylor@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR SOURCES SOUGHT NOTICE. This is not a solicitation. This is only a SOURCES SOUGHT ANNOUNCEMENT and will not bind the contractor or the Government in any way or at any time into a contract. NOTICE for a Market Research ONLY to determine the availability of commercial off the shelf (COTS) Brand Name Component, Automated Business Power, Inc., Self-Contained, Integrated portable SATCOM communication cases, or Industry EQUIVALENTS, as described below. The Government is seeking sources that are capable of providing a single solution for the required commercial off the shelf (COTS) portable transit case system which must support both the AN/PRC-117F and AN/PSC-5C/D. Brand Name or Equal for ABP-ISC-100MB and ABP-ITPC-4/2/-MB systems. All items must be brand new and not used or refurbished. Each system must contain the following salient characteristics - Single Radio System- minimum requirements: 1. Shall operate with both Harris Corp. PRC-117F or Raytheon PSC-5C/D tactical satellite radios. 2. Integrated DAMA certified RF multiband amplifier, 30-512MHz, minimum 100 Watts. 3. Integrated amplified speaker that will operate locally or remotely. 4. Capable of worldwide input power 85-270 VAC/47-440Hz for operation at downrange locations and allied naval vessels. 5. DC capable of 9-36 VDC for mobile, shipboard and aircraft use. 6. 24V/2AH rechargeable battery pack. 7. Uninterruptible power with instant switching from AC and DC power sources to battery to maintain continuous operation in event of a power failure. 8. Battery recharging capability while operating on AC or DC power sources. 9. Case must be watertight/airtight and sand proof/dust proof. 10. Case must be man portable and easily transported via commercial aircraft if required with wheels and retractable handle. No larger than 27L x 21W x 15H. Weight not greater than 80lbs with radio(s) removed. 11. Operators manual. 12. One year warranty. Dual Radio System - minimum requirements: 1. Shall operate with both Harris Corp. PRC-117F or Raytheon PSC-5C/D tactical satellite radios. Shall operate two radios simultaneously. 2. Integrated DAMA certified RF multiband amplifier, 30-512MHz, minimum 100 Watts. 3. Two each-Integrated amplified speakers that will operate locally or remotely. 4. Capable of worldwide input power 85-270 VAC/47-440Hz for operation at downrange locations and allied naval vessels. 5. DC capable of 9-36 VDC for mobile, shipboard and aircraft use. 6. Two each-24V/2AH rechargeable battery packs. 7. Two each-Uninterruptible power with instant switching from AC and DC power sources to battery to maintain continuous operation in event of a power failure. 8. Battery recharging capability while operating on AC or DC power sources. 9. Case must be watertight/airtight and sand proof/dust proof. 10. Case must be man portable and easily transported via commercial aircraft if required with wheels and retractable handle. No larger than 27L x 21W x 15H. Weight not greater than 80lbs with radio(s) removed. 11. Operators manual. 12. One year warranty. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this source sought is voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or Government use of such information. Interested sources shall furnish the following information in the format provided: 1. Name and address of company. 2. Point of Contract (Name, address, phone number and e-mail). 3. Electronic copies of product brochures, price list and specification sheets. The offerors submission must be detailed enough, addressing at a minimum each salient characteristic as to allow JIATF-South the ability to determine if suitable COTS products (Brand Name or Equal - ABP-ISC-100MB and ABP-ITPC-4/2/-MB) are available. Interested offerors shall address the requirements of this sources sought notice in written format as described in the previous paragraphs by electronic mail to: Sarah Taylor at Sarah.f.taylor@us.army.mil, no later than 1:00 PM EST on Wednesday 12 May 2010. Non responses will be viewed as vendor product non-availability or disinterested.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/be8c070fb16f010c777bfc7d9f658e3e)
- Place of Performance
- Address: Key West Division (PARC Americas 410th CSB) P.O. Box 9051, Naval Air Station Key West FL
- Zip Code: 33040-9051
- Zip Code: 33040-9051
- Record
- SN02142896-W 20100508/100506235512-be8c070fb16f010c777bfc7d9f658e3e (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 |