SOURCES SOUGHT
58 -- RoIP Information Sought
- Notice Date
- 11/5/2015
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless 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
- N68335-16-RFI-0283
- Archive Date
- 12/5/2015
- Point of Contact
- Robert G Battaglia, Phone: 732-323-7535
- E-Mail Address
-
robert.battaglia@navy.mil
(robert.battaglia@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS: The Naval Air Warfare Center Aircraft Division (NAWCAD), AIR-4.11.4-Special Communications Mission Solutions (SCMS) Division is soliciting information and comments from industry on its ability to provide non-developmental or Commercial Off The Shelf (COTS) Radio over Internet Protocol (RoIP) solutions designed to be integrated into standalone systems that can support radio audio and data, remote control and remote programming capabilities and provide access to those capabilities via a local or remote Transmission Control Protocol (TCP)/Internet Protocol (IP) connection. RoIP augments two-way radio communications, allowing for the transmission and receipt of audio as well as various data and remote control functions of a connected radio. The RoIP gateway transmits the various data types output by the radio into Ethernet TCP/IP traffic, allowing for that data to be disseminated across a standard enterprise network and providing access to those radio assets to remote users not physically co-located with the radio. The RoIP gateway provides the ability to remotely program the radio assets, allowing remote users to change various radio settings to meet constantly changing mission needs without having to physically touch the radio. Unlike Voice over Internet Protocol (VoIP), RoIP provides data support as well, allowing connected users to send and receive data such as emails, files, etc. utilizing the built-in capabilities of the radio(s) connected to the RoIP. The RoIP solution is required to have the below referenced capabilities. Documentation to support capabilities is requested to be submitted with your response to your RFI. • Twisted pair Wide Area Voice Environment (WAVE) software interoperability • Quantity of Radios Supported minimum of four (4) • Minimum of Four (4) Data Ports (one (1) per radio) to equally support Asynchronous, Synchronous, Remote Control, and Audio data • AN/PRC-117G Radio Data Supported • AN/PRC-117F Radio Data Supported • AN/PRC-152 Radio Data Supported • AN/PRC-152A Radio Data Supported • AN/PRC-150 Radio Data Supported • AN/PRC-148 Radio Data Supported • AN/PSC-5D Radio Data Supported • AN/PRC-137Radio Data Supported • Hardware Configuration Interface • VoIP Connections Supported • Physical Size does not exceed 8.32" wide x 8.125" deep x 2.20" tall • Weight does not exceed 5 lbs. • Power Consumption no more than 33 watts • Removable data storage Respondents are requested to provide details regarding the below technical capabilities of their radio in response to this RFI: • Availability • Mean Time between Failures ADDITIONAL INFORMATION: The Government is seeking industry input to assist in identifying features and solutions to meet the requirements described above. 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. In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Respondents shall include product specifications with submission. Product specification, sketches, or listings of authorized distributors will not count as part of the page limitation. The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure in accordance with FAR 15.207, Handling Proposals and Information. The Government does utilize Contractor Support Staff for assisting in all aspects of its acquisition process, and each of those individuals have signed non-disclosure statements on file as condition of their employment. 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 request for proposal 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 (FedBizOps) 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: Interested parties shall respond, within 15 days after release of this RFI, with RoIP solutions that meet all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed 10 pages) via email no later than 2:00PM E.S.T November 20, 2015 to the following individual: Mr. Robert Battaglia at robert.battaglia@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-16-RFI-0283/listing.html)
- Place of Performance
- Address: NAWC-AD Contracting Office, HWY 547, Building 120, Room 180, Lakehurst, New Jersey, 08733, United States
- Zip Code: 08733
- Zip Code: 08733
- Record
- SN03939572-W 20151107/151105234731-c1394171bfd47e36d39ed67d1c74c0cc (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 |