Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2017 FBO #5712
SOURCES SOUGHT

59 -- Dual-Band Diplexers and Multiband Antennas

Notice Date
7/12/2017
 
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-0354
 
Archive Date
8/1/2017
 
Point of Contact
Evanuel Hairston, Phone: 7323232094
 
E-Mail Address
evanuel.hairston@navy.mil
(evanuel.hairston@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI Number: N68335-17-RFI-0354 Classification Code: 5985; Antennas, Waveguides, and Related Equipment NAICS Code(s): 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing Response date - 5 days Primary Point of Contact: Evanuel Hairston evanuel.hairston@navy.mil Phone: 732-323-2094 This Request For Information notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement 206-302-1(d). The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communications Mission Solutions (SCMS) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off the Shelf (COTS) dual-band diplexer and multiband antenna. The dual-band diplexer must support two bands 30-90 MHz and 120 to 512 MHz or equivalent. The multiband antenna must support line of sight communications, be omnidirectional, and have a frequency range of 30 Megahertz (MHz) - 512 MHz. Both the dual-band diplexer and multiband antenna must be International Traffic in Arms Regulations (ITAR) regulated. RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: •· Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. •· Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum: •· Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Responses that include information detailing potential tradeoffs or alternative solutions are encouraged. •· Respondents should provide a detailed description of the following characteristics of their dual-band diplexer solution in their submission: •1. Frequency bands •2. Input/output interfaces and connector types (hard-wired and wireless) •3. List of certifications and standards (MIL-STD- 810) •a. Temperature range (operational and storage) •b. Humidity range (operational and storage) •c. Sand/Dust •d. Altitude •e. Rain •f. Salt Fog •4. Input voltage, frequency, and current, if required •5. Operating and storage temperatures •6. VSWR •7. Impedance •8. Insertion Loss •9. Power handling •10. Relative humidity range (operating & storage) •11. Description of any special features or capabilities •12. Dimensions (height x width x depth) Weight in lbs. Safety protections (over voltage, over current, over temperature, etc) Details of how unit is to be mounted in a vehicular environment •16. Total quantity of units sold to date •17. Date of delivery of the first unit •18. Date of delivery of most recent unit •19. Basic and extended warranty information •20. Typical lead time for delivery •· Respondents should provide a detailed description of the following characteristics of their multiband antenna solution in their submission: •1. Frequency band •2. Input/output interfaces and connector types (hard-wired and wireless) •3. List of certifications and standards (MIL-STD- 810) •a. Temperature range (operational and storage) •b. Humidity range (operational and storage) •c. Sand/Dust •d. Altitude •e. Rain •f. Salt fog •4. Input voltage, frequency, and current, if required •5. Operating and storage temperatures •6. VSWR •7. Polarization •8. Color options •9. Wind rating •10. Gain •11. Impedance •12. Power handling •13. Description of any special features or capabilities •14. Dimensions (height x width x depth) •15. Weight in lbs. •16. Mounting/bolt pattern •17. Safety protections (over voltage, over current, over temperature, etc) •18. Details of how unit is to be mounted in a vehicular environment •19. Total quantity of units sold to date •20. Date of delivery of the first unit •21. Date of delivery of most recent unit •22. Basic and extended warranty information •23. Typical lead time for delivery • If applicable, respondents shall include a list of DoD, Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor POC for each program, with email address and phone number. • 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 and marked as PRICE DATA. • Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION 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. 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. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. 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. The Government will not use any information provided to level your approach relative to another competition. All information received in response to the 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 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 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 ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the requirement of this RFI, as well as, identification of long lead items(s), sub-systems(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 point of contact identified below. Interested parties are requested to submit responses in PDF Document Format via e-mail to Evanuel Hairston at evanuel.hairston@navy.mil. Responses are due no later than 17 July 2017, 5:00 P.M. EDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-RFI-0354/listing.html)
 
Record
SN04576175-W 20170714/170712234528-de63cf56f6f8c39f1a9be09f587ca7f9 (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.