SOURCES SOUGHT
58 -- Commercial Off-the-Shelf Communications Equipment Suite - Requirements Document
- Notice Date
- 6/20/2011
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- FA881811R0030
- Archive Date
- 7/12/2011
- Point of Contact
- Anthony W. Kaiser, Phone: 5058465084
- E-Mail Address
-
anthony.kaiser@kirtland.af.mil
(anthony.kaiser@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Commercial Off-the-Shelf Communications Equipment Suite Requirements Document with Attachment The Space Development and Test Directorate (SMC/SD) at Kirtland AFB NM is looking for sources with Commercial Off the Shelf (COTS) equipment and expertise in remotely controlled mobile Tracking, Telemetry, and Commanding (TT&C) equipment for satellite communication (SATCOM). The mobile SATCOM equipment will be state of the art, TCP/IP based, and capable of being remotely operated from anywhere in the world. The equipment must be rack mounted and capable of fitting within in a standard 20ft International shipping container (ISO). The Space Test Branch (SMC/SDTT), located within the Space Development and Test Directorate, is seeking Radio Frequency (RF) TT&C equipment compatible with existing Government Furnished (GFE) antenna systems. The equipment will be used to provide rapidly deployable, configurable, and self sustaining TT&C for SATCOM anywhere in the world. SMC/SDTT's current mission requires L band uplink and S band downlink, but additional systems must be modular to meet future customer waveforms such as X band and Unified S-band (USB). The supplier should be able to provide any or all of the following equipment * : 1. All Internet Protocol (TCP/IP) based equipment 2. Satellite telemetry L-Band/S-band Up/Down Converter (upgradeable to other waveforms i.e. X/C/USB) 3. Satellite Communication receive/command capability in SGLS with redundancy 4. Multiple selectable frequency/demodulator 5. Digital/Analog multi-channel recording capability with redundancy 6. Remote User Interface (UI) capability with ADCCP format 7. Adequate rack mounted power and surge capability 8. All associated interfaces and hardware between equipment 9. DoD Information Assurance (IA) compliant hardware and software * See attachment for specifications for each of the above items. Instructions for Submission: SMC/SD requests interested, qualified sources who can meet the attached requirements, to respond to this RFI. This synopsis is not a formal solicitation. The Government does not intend to award a contract on the basis of this synopsis, or to otherwise pay for the information solicited herein. This is an urgent requirement and all respondents must state their ability to respond to a request for proposal in 15 days or less and delivery of equipment within 120 days of a contract award. The Government is also interested in receiving commercial published price lists for items/equipment needed to meet the requirements of this RFI. Vendors can additionally provide a capabilities statement of no more than five pages in length that demonstrates the respondents ability to meet the requirements specified herein. SMC/SD will use the information gathered in the RFI to develop potential acquisition strategies. As such, responses from small businesses and small disadvantaged business firms are highly encouraged, as are responses from those businesses who may only be able to satisfy a portion of the Government's stated need. Firms responding should indicate if they are a small business, a socially and/or economically disadvantaged business, 8(a) firm, historically black college, and/or minority institution. The size standard for NAICS 334220 is 750 employees. Respondents should provide a non-proprietary response to this RFI if possible. If proprietary material is deemed essential, all proprietary information should be clearly marked and associated restrictions on Government use identified. SD requests respondents deliver one (1) electronic soft copy no later than 3:30 PM MST, 27 June 2011. Submissions and any communication associated with this RFI shall be directed to the Government Contracting Office via email at the addresses below. Michael A. Reed, Capt, USAF Contracting Officer michael.reed@kirtland.af.mil, 505-846-5400 3548 Aberdeen Ave, SE Kirtland AFB, NM 87117 Anthony Kaiser, Contract Specialist Anthony.Kaiser@kirtland.af.mil, 505-846-5084 3548 Aberdeen Ave, SE Kirtland AFB, NM 87117
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA881811R0030/listing.html)
- Place of Performance
- Address: 3548 Aberdeen Ave, SE, Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN02476691-W 20110622/110620234257-e110b50694cf8058e6b95609fb7d07dc (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 |