Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2018 FBO #6004
SOURCES SOUGHT

70 -- Radio Frequency Sensors

Notice Date
4/30/2018
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA252118QB034
 
Archive Date
5/22/2018
 
Point of Contact
Kevin D. Brisco, Phone: 3214949506
 
E-Mail Address
kevin.brisco@us.af.mil
(kevin.brisco@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA252118QB034 and shall be used to reference any written responses to this sources sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 334515. The size standard for NAICS is 750 employees. GSA SIN/MAS 66/627 7 The requirement is to provide: three (3) each Radio Frequency Sensor N6841A for the Frequency Control Analysis (FCA) SUV-11 to monitor frequencies and support day of launch, as manufactured by Keylight Technologies, or equal. Salient Characteristics: a. Performance: •Wideband RF receiver with 20 MHz to 6 GHz tuning range and 20MHz Digital IF bandwidth •2 Switched RF Inputs with broad attenuation and wide dynamic range •Signal capture using deep memory buffer (512 MB) or IQ streaming (up to 1.9MHz bandwidth) •Timing synchronization accuracy less than 20ns for GPS and less than 40 ns for IEEE- 1588 b. Customers: •Frequency Regulators needing ITU-R spectrum monitoring systems or interference detection and location systems •Government and Industry Frequency Managers needing spectrum monitoring for test range management •Spectrum Security and Policy Managers needing in-place monitoring systems and indoor emitter locations systems •Engineers needing affordable high-speed, high-resolution search, intercept and tipping systems 3 c. Outdoor deployable: •IP67-rated weatherproof enclosure •Mobile or fixed site deployment using battery power or optional mains adaptor d. Applications: •Spectrum Monitoring, Signal intercept, collection and classification using the N6820ES Signal Surveyor software •Signal Capture and Analysis using the Vector Signal Analyzer software •Emitter location and RF Geo-Analytics using the N6854A Geolocation Server software •Remote spectrum and signal monitoring and collection using Agilent Spectrum Visualizer software •Custom applications, written using the Sensor Access Library (SAL) API. e. Options: •N6841A-GPS GPS capability •N6841A-SP1 Power supply •N6841A-GFP Enables use with RF Geolocation server software Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! What is the purpose of the item(s): To meet the same standard equipment configuration and software comparable with the existing vehicles. 45 CONS is interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA252118QB031, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. RESPONSES ARE DUE NO LATER THAN 07 May 2018, 1400 Eastern. Approved Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA252118QB034/listing.html)
 
Place of Performance
Address: CCAFS, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04904729-W 20180502/180430230651-2876d63505dd4b15328b8be647d1508a (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.