Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2018 FBO #6092
SOURCES SOUGHT

70 -- AFICA Link 16 Ground Stations

Notice Date
7/27/2018
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Air Force, Air Mobility Command, 763rd SCONS, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-18-R-LINK16
 
Point of Contact
Jessica L. Logsdon, Phone: 6182569962
 
E-Mail Address
jessica.logsdon@us.af.mil
(jessica.logsdon@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement CONTRACTING OFFICE ADDRESS: 763d Specialized Contracting Squadron Scott AFB, IL 62225 INTRODUCTION: This Sources Sought is to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The 763rd Specialized Contracting Squadron (763 SCONS) is seeking sources that are able to provide up to four Link 16 Ground Stations for Air Mobility Command (AMC) units. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES: The following components are minimum requirements for each Link 16 ground station: A hardened terminal casing (e.g. Pelican case) that has the following components installed and integrated: - A hardened computer that must have Brand Name Only Battlefield Operations Support System (BOSS)® software including - JREAP A and SADL interface software options. Must be useable as part of the terminal casing (e.g. pull out tray) but also detachable (e.g. placed on a desk for use). - Two hardened monitors. Must be useable as part of the terminal casing (e.g. pull out tray) but also detachable (e.g. placed on a desk for use). - MIDS-LVT, BU1, BU2, AND JTRS Compatibility. - Crypto-zeroize switch for the MIDS terminal. - Sufficient cooling for all installed components. All internal components will function with no degradation with ambient air (i.e. air outside the terminal housing case) termperatures between 32 and 110 degrees Fahrenheit. - Must be able to be powered using 110-130 VAC or 200-240 VAC (e.g. powered by a wall) - Must include a universal power strip to supply power to other devices. - 16 port 10/100/1000 Ethernet port. - Capable of simultaneously transmitting Situational Awareness Data Link (SADL) and Link - GPS Antenna - Capable of using both JREAP-A and C protocols. - PRC-117G (Brand Name Only Harris AN/PRC-117G(V)1(C)) using Mobile User Objective System (MUOS) standards to enable BLOS C2 communications with MAF aircraft. - EPLRS (Brand Name Only Raytheon RT-1720) radio. - SATCOM Antenna - JTIDS Antenna - SADL Antenna - MIDS-LVT BU2 terminal - MIDS-JTRS terminal SPECIAL REQUIREMENTS: This requirement is for new equipment only; no remanufactured, counterfeit or "gray market" items. DELIVERY REQUIREMENTS: Delivery will be required to the following locations: McConnell AFB, KS 1 Unit Little Rock AFB, AR 1 Unit Altus AFB, OK 1 Unit If the contractor is able to provide every item listed under Required Capabilities above, delivery will be required within 30 days after finishing assembly at the contractor's location. If the contractor cannot provide all all items listed above, delivery will be required within 30 days after assembly once the contractor receives all required Government Furnished Property. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 517919, with the corresponding size standard of $32.5M. To assist 763 SCONS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative, business title and email; 3) Large or Small Business Size and Type of Small Business (if applicable); 4) Cage Code; 5) DUNS Number; 6) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 7) Any comments/concerns in regards to the products listed above and/or NAICS code. 8) Can your company provide the requirement in its entirety? If not, what pieces of the requirement can your company provide? 9) Do you intend to provide a quote if an RFQ is solicited? Vendors who wish to respond to this should send responses via email NLT 03 Aug 18, 10:00 AM Central Daylight Time (EDT) to jessica.logsdon@us.af.mil. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-18-R-LINK16/listing.html)
 
Record
SN05010821-W 20180729/180727231044-06446bf2f3575e24413cf18a9641e751 (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.