SOURCES SOUGHT
59 -- Radio Frequency Amplifier
- Notice Date
- 6/14/2017
- 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
- N68335-17-RFI-0295
- Archive Date
- 7/7/2017
- Point of Contact
- Michael Miller, Phone: 732-323-7661
- E-Mail Address
-
michael.t.miller7@navy.mil
(michael.t.miller7@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- RADIO FREQUENCY AMPLIFIER FOR ARC-210 RADIO WITH ULTRA HIGH FREQUENCY (UHF) SATELLITE COMMUNICATIONS (SATCOM) MOBILE USER OBJECTIVE SYSTEM (MUOS) CAPABILITY BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center Aircraft Division (NAWCAD) has been tasked to seek information for a new 200 Watt Navy shipboard Radio Frequency Amplifier (RFA) supporting the next generation ARC-210 radio with Ultra High Frequency (UHF) Satellite Communications (SATCOM) Mobile User Objective System (MUOS) capability. The RFA is required to function with UHF SATCOM MUOS capable RT-2036 radio and the OE-570A/WSC antenna system. The RF amplifier should also have the ability to operate with Satellite Communications (SATCOM) waveforms currently in use on Navy ships. RF Amplifier Minimum Requirements: REQ: [1] The RFA shall operate in accordance with MIL-STD 188-187 to access 5-megahertz (MHz) UHF SATCOM channels using the MUOS Common Air Interface (CAI). REQ: [2] The RFA shall operate in accordance with Rockwell Collins Interface Control Document (ICD) for RT-2036 REQ: [3] The RFA will operate on legacy dedicated 25 kHz and 5 kHz channels per MIL-STD-188-181, on legacy 25 kHz DAMA nets per MIL-STD-188-183 as a half-duplex subscriber terminal, and on legacy 5 kHz DAMA nets per MIL-STD-188-182 as a half-duplex subscriber terminal. REQ: [4] The RFA design will be 19 inch rack mountable of a maximum 3U height and maximum 21 inches deep. REQ: [5] MIL-S-901D (Shock tests, H.I. (High-Impact) Shipboard Machinery, Equipment, and Systems, Requirements for). The PA shall conform to the lightweight or medium weight shock requirements for Grade A, Class I or Class II, Type A equipment. Any required resilient mounts shall be internal to the chassis. No chassis or component resonances are allowed at or below 20 Hz with the exception of isolator resonances. REQ: [6] MIL-STD-167-1A (Mechanical vibrations of Shipboard Equipment (TYPE I - Environmental and Type II - Internally Excited) REQ: [7] MIL-HDBK-454B (General Guidelines for Electronic Equipment) REQ: [8] EIA-310-E (Cabinets, Racks, Panels, and Associated Equipment) REQ: [9] MIL-HDBK-217F, Military Handbook: Reliability Prediction of Electronic Equipment (2 JANUARY 1990). REQ: [10] MIL-STD-1310H, Department of Defense Standard Practice: Shipboard Bonding, Grounding, and Other Techniques for Electromagnetic Compatibility, Electromagnetic Pulse (EMP) Mitigation, and Safety (17 SEPTEMBER 2009) REQ: [11] MIL-STD-1399 Section 300B, Department of Defense Interface Standard: Electric Power, Alternating Current (24 APRIL 2008) ADDITIONAL SUBMISSION INFORMATION: The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. 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. PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-RFI-0295/listing.html)
- Record
- SN04545227-W 20170616/170614235937-5a17ad9c7f46f208d00b36dfa8925867 (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 |