SOURCES SOUGHT
58 -- Radio Kits - Justification & Approval
- Notice Date
- 5/18/2010
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
- ZIP Code
- 23665
- Solicitation Number
- FA4800-10-DM-0001
- Archive Date
- 6/5/2010
- Point of Contact
- David Morgan, Phone: 757-764-8619, Elijah G. Horner, Phone: 757-225-9974
- E-Mail Address
-
david.morgan1@langley.af.mil, elijah.horner@langley.af.mil
(david.morgan1@langley.af.mil, elijah.horner@langley.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Justification and Approval THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THIS IS NOT A SOLICITATION, but market research to determine potential sources for the purchase of: ITEM: QTY: -Radio Assembly, Type 1 Multiband Manpack w/ GPS, WWB - 6 -Dismount Kit, Falcon III MP - 2 -VHF-High-Band/UHF Discone Antenna 100 to 512 - 1 Mhz Omnidirectional, Tactical -HF Manpack - 4 -Battery Eliminator, Fill Transciever - 2 -Antenna, Vehicular, 30-108 - 1 -Cable Assembly, BNC to BNC, LMR-400DB - 1 -Battery Eliminator - 4 The minimum requirements for the above items are: - JTRS compliant -30 MHz to 2 GHz spectrum -minimum 10 watt transmit 24apability -support a wideband radio waveform - on-the move networking - secure Internet Protocol (IP) data to the tactical Internet at - on-air rates of up to 5 Megabits per second(Mbps) - CNR (Combat net radio) - SINCGARS, - Havequick I/II, - VHF/UHF in AM and FM - High Performance Waveform (HPW) - SCA-based waveforms from the JTRS Library. - manpackable - ability to have continuous IP network traffic - full motion streaming video - synchronization between the radio and various databases' such as the Biometric Automated Toolkit System (BATS) Joint Task Force Civil Support requires an HF tactical radio with broad range mission capabilities - ALE (automatic link establishment) - operator training provided via formal Air Force training - compatibility with subordinate Task Forces that utilize the PRC-150 - accepts standard, non-proprietary crypto Items of equal or greater capability are also acceptable. The NAICS code for this procurement is 334220 with a size standard of 750 employees. This sources sought synopsis neither constitutes a Request for Proposal (RFP), nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. Interested sources should respond to this synopsis by submitting (1) Name, Address, and phone number of the firm (including CAGE code); (2) Size status; (3) provide literature (qualification package) that describes their experience regarding the software technical capabilities. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFQ. Please note that FEDBIZOPPS will be the primary source of information for this acquisition. Interested parties should check FEDBIZOPPS for updates frequently. Please direct any questions on this announcement to Elijah Horner, 74 Nealy Ave, Langley AFB, VA telephone no. 757-225-9974; or e-mail Elijah.horner@langley.af.mil. Responses must be received no later than 3:00 p.m., EST, on 21 May 2010. Responses should not exceed ten (10), single-sided, 8-1/2" x 11" pages with the font no smaller than 10 point. Potential Offerors are cautioned that this synopsis is for information and planning purposes only, and does not constitute a Request for Proposal (RFP) nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government will not reimburse the contractor for any costs associated with preparing or substituting a response to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-10-DM-0001/listing.html)
- Place of Performance
- Address: Langley AFB, Virginia, 23665, United States
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN02152755-W 20100520/100518235027-7443bccb3bf68407e7b088e0b2391952 (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 |