Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2015 FBO #4831
SOURCES SOUGHT

A -- Improved Multi-Band INTER/INTRA Team Radio (IMBITR) Push-To-Talk (PTT)

Notice Date
2/13/2015
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-15-NSWPTT
 
Response Due
2/27/2015
 
Archive Date
4/14/2015
 
Point of Contact
Jean Greenwood, 508-233-6101
 
E-Mail Address
ACC-APG - Natick (SPS)
(jean.t.greenwood.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT IS BEING ISSUED FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE NATICK CONTRACTING DIVISION WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT. THE INTENT OF THIS NOTICE IS TO IDENTIFY BUSINESSES, ESPECIALLY SMALL BUSINESS (SB) CONCERNS, CERTIFIED 8(A), HUBZONE, SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB), AND WOMEN-OWNED SMALL BUSINESS (WOSB) CONCERNS CAPABLE OF PERFORMING THE REQUIREMENTS DESCRIBED BELOW. The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Contracting Center, Natick Contracting Division, Natick, MA, in support of The Project Manager for Naval Special Warfare - Special Programs Office is seeking sources who are capable of providing developing an Improved Multi-Band INTER/INTRA Team Radio Push-To-Talk. The North American Industry Classification System (NAICS) code for this effort is 541712 - Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) and the Small Business Administration (SBA) size standard is 500 employees. BACKGROUND: The Government has requirements for Push-To-Talk (PTT) devices & cable sets capable of connecting to a single radio with two audio channels via a single cable & PTT. The PTT may be powered or unpowered. Powered PTTs must draw power from the Improved Multi-Band Inter/Intra Team Radio (I-MBITR) battery vice adding their external power source. The I-MBITR is a unique dual channel handheld radio that provides two separate audio output/microphone input channels from a single radio. The Government requires multiple solutions to ensure interoperability with existing headsets such as the Invisio, Peltor, Silynx, Sordin, and Spear. REQUIREMENTS: This Research and Development effort will require development and delivery of prototypes for each of the following: PTT Device 1, Urban/Maritime: The Government requires a single, dual channel push-to talk device compatible with the maritime I-MBITR currently in development. The PTT shall be interoperable with the AN/PRC-148 MBITR2 SRW maritime radio and the AN/PRC-148 JTRS enhanced MBITR maritime (JEM) radio (Threshold). The PTT Device must allow the user to select between narrowband and wideband audio channels (transmit & receive). The device must also be resistant to saltwater splash/spray/fog for up to 2 hours (Threshold) (MIL-STD-810G, Method 506.5, 507.5, 509.5, 510.5, and Intrusion Protection-66 (IP-66), with the headset connected), and saltwater submersion to a depth of 2 meters for 2 hours (Objective). The PTT must utilize existing NEXUS style over molded connectors to support interoperability with existing headsets. PTT Device 2, Maritime/Divable: The Government requires a single, dual channel push-to talk device compatible with the I-MBITR currently in development. The PTT shall be interoperable with the AN/PRC-148 MBITR2 SRW maritime radio and the AN/PRC-148 JTRS enhanced MBITR maritime (JEM) radio (Threshold). The PTT Device must have the ability to operate simultaneously on the narrowband and wideband audio channels with separate PTT Key buttons. The device must be waterproof to 20 meters for 30 minutes (MIL-STD-810G, Method 506.5, 507.5, 509.5, 510.5, IP68 to the depth of 20 meters for 30 minutes with headset disconnected & connected). The PTT must utilize the 10-pin Impulse type connector and interface with existing maritime dual channel single lead headsets. Cable Set: The government requires a single 'Y' Cable to connect two existing 10-pin (Impulse Connector) PTTs with single channel functionality, to the dual channel 10-pin (impulse connector) I-MBITR radio. The Cable must be interoperable with the AN/PRC-148 MBITR2 SRW radio (T) and should also be interoperable with the primary channel of an AN/PRC-148 JTRS enhanced MBITR maritime (JEM) radio (O). The cable must also be resistant to saltwater immersion up to a depth of 2 meters for 2 hours (MIL-STD-810G, Method 506.5, 507.5, 509.5, 510.5, IP66 with PTT ends disconnected, radio ends connected) (Threshold), or 20 meters for 30 minutes (Objective). The Government anticipates issuing a solicitation IAW FAR 13 for a single Firm Fixed Price (FFP) award contract with a one (1) year Period of Performance (POP). A solicitation will be issued on the Federal Business Opportunities web site at http://www.fbo.gov on or about 17 MAR 2015. Paper copies will not be available. Once a solicitation is posted, it is incumbent upon the interested parties to the FBO website frequently for any updates/amendments to any and all documents. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for award. Interested parties responding to this sources sought request shall submit the following (responses shall not exceed ten (10) pages: (a) A positive statement of interest to submit a proposal as a prime contractor on a future solicitation for this service; (b) Company name and address, point of contact with phone number, DUNS number and Cage Code; (c) A summary of the vendor's technical capabilities to develop the solutions described in the Government's requirements stated above. (d) A summary of the vendor's ability to manufacture the items above and the location of manufacture. (e) Evidence of three (3) recent experiences in work similar in type and scope to include contract numbers, project titles, dollar amounts, percent of work performed, description of work performed, and points of contact with current telephone numbers. (f) A statement regarding small business designation and status (if applicable) and provide a copy of the certificate issued by the SBA of your qualifications as a HUBZone Small Business or 8(a) firm (if applicable), (g) Any other pertinent company documentation, such as teaming/joint-venture agreements, etc. THIS SOURCES SOUGHT SYNOPSIS IS NOT A SOLICITATION. It is a market research tool being used to determine the availability and adequacy of potential business/small business sources prior to final determination of the method of acquisition. Interested parties should indicate interest to the Contracting Officer, in writing as early as possible, but no later than 2:00PM on Friday, 27 FEB 2015. Only electronic submissions are acceptable. Submit electronic copies to jean.t.greenwood.civ@mail.mil. This market research is for informational and planning purposes only. The Government will not pay any costs for responses submitted. Failure to submit all information requested may result in a contractor not being considered as an interested party. All service-disabled veteran owned small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and women-owned small businesses are encouraged to respond. Upon review of industry response to this sources sought, the Government will determine whether set-aside acquisition in lieu of full and open competition is in the Government's best interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7aa357bd8a68fccc3d7d6b70d92fe42b)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN03642740-W 20150215/150213235049-7aa357bd8a68fccc3d7d6b70d92fe42b (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.