Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2012 FBO #3910
SOURCES SOUGHT

58 -- CONSEQUENCE MGT RESPONSE SYSTEM RACK READY SHELTER

Notice Date
8/6/2012
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-12-RFI-0273
 
Point of Contact
Wendy S Bell, Phone: 732-323-4692, Christine Yezzo, Phone: 732-323-2739
 
E-Mail Address
wendy.bell@navy.mil, christine.yezzo@navy.mil
(wendy.bell@navy.mil, christine.yezzo@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communication Requirements (SCR) Division is surveying the commercial vendor community for all interested parties in a proposed requirement for a Consequence Management Response System rack ready shelter in support of the Unified Command Suite (UCS). The purpose of this RFI is to gain insight into existing products within industry, or the ability of industry to modify existing products to meet the requirements below. The Government is interested in feedback from the commercial market on the requirements listed in this RFI that may be available to meet the requirements. Vendors are asked to respond with documentation outlining their capabilities and feedback on the requirements listed within this RFI. The Government would like to see concepts presented through drawings, slick sheets, website, or PowerPoint brief. Below is a list of mandatory requirements. Capability Requirements: 1. Shelter Dimensions [T] 1.1. 85" (7.8' ) Height maximum to include any roof mounted ECUs 1.2. 180" (15') Length 1.3. 92" (7.6') Width *Note: Shelter will be integrated onto Ford F750 and required to airload onto C17 or larger aircraft. 2. Shelter weight to include end user pack-out space, electrical system, and all other vendor integrated components 2.1. 12,000lbs [T] 2.2. 10,000lbs [O] 3. Shelter capable of operation independent of the vehicle/prime mover including power, HVAC, and workspace[T] 4. Shelter Physical Characteristics 4.1. Manufactured with current commercial industry specifications for heavy or medium duty commercial (non-recreational) usage [T]. 4.2. Shelter skin comprised of all aluminum or composite skin [T] 4.3. Shelter light to the extent possible utilizing composite or aluminum material [T] 4.4. Capable of passing Army safety certification process MIL-STD-882E [T] 4.5. Shelter capable of withstanding multiple environments of operation including urban, wooded, plains, mountainous, tropical, arctic, and desert. 4.6. Shelter protected from dust and water ingress consistent with environmental parameters in section 4.5. 4.7. Shelter capable of withstanding vibration and incline certification tests. 5. Shelter Operating Environment [T] 5.1. -40 degrees F to 140 degrees F 5.2. 100% humidity (steady rain) including tropical conditions 5.3. Heavy, blowing snow and near arctic conditions. Shelter roof system must be able to withstand snow loading of up to 2 feet of snow. 6. Shelter Personnel and CE Access 6.1. Access for 2 operators through 2 different access points [T] 6.2. All CE hardware racks required to be accessible front and rear for equipment installation and maintenance [T] 6.3. Interface panel to remote internal communication systems externally [T] 7. Operator workstations 7.1. Total of 4 user workstations [T] 7.2. 2 SECRET workstations located in separate internal shelter compartment including phone, LAN, and radio operations [T] 7.3. 2 workstations for UNCLASSIFIED phone, LAN, and radio operations located in main shelter compartment. [T] 8. Shelter Removal 8.1. Ability to remove shelter for replacement/modernization every 7 ~ 10 years [T] 8.2. Ability to remove shelter for operational employment in a domestic tactical environment on multiple terrain including urban and rural (field) [O] 8.3. Shelter able to remove/reinstall within 16 hours [T] 8.4. Shelter able to remove/reinstall within 4 hours [O] 9. CE Equipment Space 9.1. 100 RU [T] 9.2. 130 RU [O] 10. Electrical System 10.1. Low noise diesel generator capable of powering 12,000 Watts. 10.2. 30% of total power system power from battery backup. 10.3. Battery backup system to have power conditioning to alleviate power spikes that may come from the generator and to smooth the signal when switching from generator power to shore power. [T] 10.4. Shelter capable of being powered by either onboard generator or via shore power. [T] 11. Equipment Storage Space 11.1. Storage space for ancillary and equipment "pack-out" of additional 200lbs [T] 11.2. Storage space for ancillary equipment "pack-out" of additional 500lbs [O] 12. Security 12.1. Integrated camera system covering all four (4) sides of the shelter system [T] 12.2. View ports on each operator access door providing wide angle viewing [T] 12.3. Shelter capable of passing TEMPEST certification testing up to SECRET [T] 12.4. Cable management capable of separating NIPR and SIPR LAN cabling [T] 13. Antenna Mounting and Manipulation 13.1. Shelter to include provisions to mount LMR antennas on roof of shelter. [T] 13.2. Shelter to include provisions for mounting multiple RF antennas [T] 13.3. Shelter capable of manipulating directional RF antennas mounted on mast. [O] 13.4. Shelter must include antenna/ ancillary equipment mast capable of hoisting 25 lbs, without guy wires, to a height not in excess of 30 feet [T] ADDITIONAL INFORMATION: Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. While the Government intends to use this information for future acquisition planning purposes, including any set-aside decisions, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP/RFQ that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND: In response to this RFI, respondents shall submit written responses, not-to-exceed twenty (20) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors are not to count as part of the page count. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the requirements of this RFI, as well as, identification of long lead item(s), sub-system(s), or systems(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts points of contact identified below. In addition, please provide your company's CAGE code and company size standard with your submission by Sept. 6, 2012 to the following individuals: Ms. Wendy Bell at: wendy.bell@navy.mil Mrs. Christine Yezzo at: christine.yezzo@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-RFI-0273/listing.html)
 
Record
SN02828619-W 20120808/120806235857-5554e9891b4f50c1a3d95c6dc9efbb33 (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.