Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2020 SAM #6678
SOURCES SOUGHT

58 -- Transportable Cross Band Repeaters

Notice Date
3/10/2020 5:12:15 PM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
USDA FOREST SERVICE BOISE ID 83705 USA
 
ZIP Code
83705
 
Solicitation Number
SN-2020-07
 
Response Due
3/23/2020 2:00:00 PM
 
Archive Date
04/07/2020
 
Point of Contact
Andrea L. Marks-Cash, Phone: 2083875629, Fax: 2083875384, Tanya E. Linnell, Phone: 2083875279, Fax: 2083875384
 
E-Mail Address
andrea.marks-cash@usda.gov, tanya.linnell@usda.gov
(andrea.marks-cash@usda.gov, tanya.linnell@usda.gov)
 
Description
THIS IS A SOURCES SOUGHT NOTICE AND REQUEST FOR INFORMATION - A SOLICITATION IS NOT CURRENTLY AVAILABLE. This notice is for the purpose of identifying vendors that can provide transportable AM-FM cross band repeaters for use on wildland fires nationwide (100 each). This RFI is for market research and planning purposes only and shall not be considered to be an obligation by the Government to acquire any products or services.� This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation, nor is it a request seeking contractors to be placed on a solicitation mailing list.� Response to this survey is voluntary and no reimbursement will be made for any costs associated with providing information in response to this market survey and any follow-on information requests that may be issued by the Government.� Data submitted in response to this market survey will not be returned. 52.215-3� Request for Information or Solicitation for Planning Purposes. (OCT 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although �proposal� and �offeror� are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: assisting in defining the draft Scope of Work and to assist in the preparation of a solicitation to acquire the analysis and planning software. (End of Provision) RESPONSE DATE � DATE AND TIME Interested parties are asked to review the attachments and provide responses and question to the Government no later than 3:00 PM , March 23, 2020. Provide responses to: Andrea Marks-Cash at andrea.marks-cash@ usda.gov and courtesy copy Tanya Linnell at tanya.linnell@usda.gov REQUEST FOR INFORMATION DETAILS� The Forest Service is not seeking elaborate responses, but rather concise, meaningful responses from vendors with relevant expertise.� Responses received are considered procurement sensitive information.� Responses will not be returned and the Government reserves the right to use the responses to this RFI to amend the requirements, acquisition strategy/approach and associated documents for this project. Vendors are requested to provide the following information: COMPANY INFORMATION Name, address and DUNS. Business Socioeconomic Classification (large, small, woman-owned small, etc). Current contract vehicles (such as GSA Schedules, GWACs, etc) with relevant scope to the Forest Service�s requirements, and which the Forest Service could issue a task order/BPA Call against.� Include contract numbers and specific product model and configuration numbers, if available. PRODUCT CAPABILITIES OVERVIEW that address the requirements listed below: The cross band repeater shall have the following behavior: Receive an AM signal and simultaneously retransmit the signal on UHF FM Receive a UHF FM signal and simultaneously retransmit the signal on AM. The cross band repeater shall have the following characteristics: Fit in existing enclosure.� Unit must mount into a 19� rack, and not exceed 3RU, and 10.5 inches max depth. Max weight 25 lbs Max current draw: 2.5A while active.� 0.5A while idle. Input supply voltage range at least 9.5 to 16VDC. Return to the same state and channel after power cycle. Exhibit no detectable AM or UHF FM receive desensitization when UHF FM and AM antennas are separated by a distance of 10 ft.� Receive desensitization is the loss of receive sensitivity caused by simultaneously transmitting on one band while receiving on the other band.� The AM transceiver shall be programmable in the field to any channel in the AM band and have a display indicating the current frequency. The FM transceiver shall have at least 16 preconfigured channels selectable in the field.� The AM transceiver shall meet the following specifications:� Bandwidth 118-136.975 MHz TX Power 2-4W adjustable (carrier only) minimum Antenna Impedance 50 ohm Tx Distortion 70d0The FM transceiver shall meet the following specifications: Bandwidth 406-470 MHz TX Power 2-4W adjustable minimum Antenna Impedance 50 ohm Tx Distortion 70dB �10. The FM transceiver shall meet the following specifications: Bandwidth 406-470 MHz TX Power 2-4W adjustable minimum Antenna Impedance 50 ohm Tx Distortion 70dB � 11. External interface for PTT, Carrier Detect and audio signals. 12. N-type RF connectors on front of unit. 13. Operating temperature range -30deg to 60deg. 14. Supplied with operating manuals, configuration software, and service manuals. 15. Supplied with any programming and tuning hardware such as adapter cables or interface box necessary for configuring, testing and aligning the transceiver. 16. Signal levels between transceivers shall be adjustable such that a received AM signal (1 KHz tone) at 30% modulation produces an FM signal of 1.5KHz deviation and a received FM signal (1 KHz tone) at 1.5 KHz deviation produces an AM signal of 80% modulation. 17. Audio levels between the transceivers shall not be adjustable by a user in the field. 18. Limiting shall prevent over modulation (<100%) and over deviation (<2.5 KHz). 19. Delivery no later than six months after receipt of order. RFI RESPONSE INSTRUCTIONS Questions shall be submitted to Andrea Marks-Cash at andrea.marks-cash@usda.gov with a courtesy copy to Tanya Linnell at tanya.linnell@usda.gov by the RFI response date above. The Government reserves the right to not answer questions that are not appropriate or would disclose source selection sensitive or non-public information. The Contracting Officer makes the final determination regarding the appropriateness of questions.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4c1fab04ea4f43f88f58864c3a5007e6/view)
 
Record
SN05585053-F 20200312/200310230201 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.