Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2012 FBO #4031
SOURCES SOUGHT

58 -- Mobile Antennas

Notice Date
12/5/2012
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
DEA-13-STCR-0001
 
Archive Date
1/4/2013
 
Point of Contact
Ghazala Shabnam, Phone: 202-305-7067
 
E-Mail Address
ghazala.x.shabnam@usdoj.gov
(ghazala.x.shabnam@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) FOR THE PURPOSE OF CONDUCTING MARKET RESEARCH. THIS IS NOT A REQUEST FOR A SOLICITATION. NO CONTRACT WILL BE AWARDED AS A RESULT OF THIS RFI. ALL RESPONSIBLE BUSINESSES (SMALL AND LARGE) ARE ENCOURAGED TO RESPOND TO THIS RFI. The Drug Enforcement Administration (DEA) Office of Investigative Technology is conducting market research and requests input from industry specialists to assist in requirements planning. The purpose of this RFI is to gather information about COMMERCIALLY AVAILABLE for concealed, covert or disguised Mobile Antennas. Antennas must provide excellent two way communication in the required frequency bands for DEA. When required most antennas must include AM/FM tuners. Antennas design must be covert, durable and shall include but not be limited to the following antenna models; fender mount, roof mount, trunk mount, glass mount, magnetic mount and covert (interior) rear deck antennas. Depending on the antenna model it must be visually indistinguishable from the commercial or original equipment manufacture (OEM). The electrical and frequency characteristics will be as follows; the antennas transmit power can be from a minimum of 50 watts to a maximum of 150 watts depending on the model. Antennas frequencies shall include but shall not be limited to; Single Band VHF (150-174 MHz), Single Band UHF (403-470 MHz), Single Band (700/900 MHz) Dual Band VHF/UHF 150/174 MHz 406/512 MHz. Dual Band VHF/7-800 MHz and or VHF/Cel 150-174 / 700-896. Antennas shall come with cables and required connectors to include but not limited to; UHF (PL-259), Mini UHF, SMA, N, TNC, BNC, and SMB. Vendor shall be able to provide warranty, antenna replacements, filters and accessories for the aforementioned equipment. Vendor shall also be able to provide customer support; technical or equipment delivery information via email or phone as required. RESPONSES This is a Request for Information (RFI). This is not a solicitation, award or request for proposals and does not obligate the government to award a contract. The DEA will not be responsible for any cost incurred by interested parties in responding to this RFI. Any and all associated costs shall be expended solely at the expense of the responder. Unsolicited proposals or offers of any kind will not be considered in response to this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future RFP, as well as those regarding the nature of the services to be performed under any future initiative will not be accepted. Responses must include the following information: Company name; mailing address; physical address; point of contact(s); telephone number; fax number; email address; Federal Tax Identification Number, DUNS number; NAICS code; company business size (if small indicate type); and GSA schedule number (if applicable), and must be registered in Central Contractor Registration System to be considered for this requirement. 1. A corporate or company capability statement between one and 10 pages that includes relevant experience within the past three years. Relevant experience is defined as possessing the experience described in the "Requirements" section above. The capability statement should include a technical description of the hardware and maintenance and other contractor support services required for the government installation and support of all items related to the hardware. 2. A representative sample of contracts your firm was awarded to provide the requirements as described in this notice within the past three years. For each contract listed include the type of contract; total estimated value; contract period of performance (e.g., base and number of option periods); customer (i.e. federal agency) and respective point of contact (e.g., point of contact's name, phone number, and email address). 3. Published documentation about the system to include manuals, white papers and other technical documentation (if available). The Government encourages creativity and innovation in responses to this RFI. The North American Industry Classification System (NAICS) code applicable to this requirement is 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, with a size standard in number of employees of 750. Any questions about this RFI should be submitted in writing to Ghazala.x.Shabnam@usdoj.gov no later than December 13, 2012 by 4:00 pm local Eastern Standard Time. Answers to general questions will be provided under an amendment to the RFI and posted on FBO. Answers to vendor specific questions vendors will be provided directly to the vendors. Interested parties are requested to submit the above requested information directly via e-mail to: Ghazala.x.Shabnam@usdoj.gov no later than January 3, 2013 by 5:00 pm local Eastern Standard Time. Any responses received after the closing date will not be considered. No literature will be returned to responding sources and each source is solely responsible for all expenses associated with submitting their literature. All information will be kept confidential and will not be disseminated to the public.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/DEA-13-STCR-0001/listing.html)
 
Place of Performance
Address: Drug Enforcement Administration, Lorton, Virginia, 22079, United States
Zip Code: 22079
 
Record
SN02943052-W 20121207/121205234324-39efc28337643cd699323363884ed634 (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.