Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2022 SAM #7468
SOURCES SOUGHT

59 -- Ku-band Ground Station Satellite Communications System

Notice Date
5/10/2022 11:49:15 AM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-22-RFI-0367
 
Response Due
5/17/2022 2:00:00 PM
 
Point of Contact
Truman Harris, Phone: 2405778893
 
E-Mail Address
truman.b.harris3.civ@us.navy.mil
(truman.b.harris3.civ@us.navy.mil)
 
Description
REQUEST FOR INFORMATION 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 government 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. �Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. �Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS 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) Ku-band Ground Station satellite communications system which can support dual feeds of 10.7-12.75 Gigahertz (GHz) and 13.75-14.8 GHz.� The system should be a turn-key, fully integrated ground station with a concrete shelter, 4.9m antenna, antenna controls, and all Radio Frequency equipment, including transceivers, waveguides, high power amplifier, RF switches, and L-band Combiners.� The system should be able to monitor and control discrete hardware interfaces locally and remotely.� The system should to provide its own heating/ventilation/air conditioning (HVAC) for operation in a desert environment, electrical power distribution, an Uninterruptible Power Supply (UPS) sufficient for ten (10) minutes of operation, and fire-protection equipment.� The electrical power should be provided to the ground station from an existing generator.� The system should include engineering design, drawings for system installation, and maintenance, as well as an overall technical system technical manual. The Ku-band Ground Station system will require support services to perform a factory acceptance test, training for up to eight (8) students, and system installation and commissioning services in an undisclosed location. 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). Country of origin for main component(s) 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. �Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. Respondents should provide a detailed description of the following characteristics of their solution in their submission: Lead Time List of Certifications and Standards Technical specification documents for all proposed equipment Type of Monitoring and Control System Enclosure Features Exterior and interior dimensions (height x width x depth) Weight in lbs. Safety Protection (e.g., overvoltage, overcurrent, etc.) Interior rack space available for equipment HVAC system and air filtration Fire protection Power distribution and UPS Antenna de-icing system Operational temperature range for the Ku-band ground station system Time required to install and omission the system Duration of the class for both operator and maintenance training Quantity and location of similar Ku-band systems delivered to date Basic and extended warranty information for all proposed equipment If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution.� It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. 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 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 identification of long lead items(s), sub-systems(s), or systems(s).� The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.� Proprietary information will be safeguarded in accordance with the applicable Government regulations.� 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.� 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 System for Award Management (SAM) website: www.SAM.gov. �It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format.� Responses shall be limited to 10 pages and submitted via e-mail only to truman.b.harris3.civ@us.navy.mil. �Proprietary information, if any, should be minimized and must be clearly marked. �Responses are due no later than 17 May 2022, 5:00 P.M. EST. Responses to this RFI will not be returned. �Respondents will not be notified of the result of the review.� If a solicitation is released, it will be synopsized on the SAM website: www.SAM.gov.� It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/33adeb9eb93b4fabb52d6185477cf339/view)
 
Record
SN06323304-F 20220512/220510230059 (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.