SOURCES SOUGHT
70 -- Digital Intermediate Frequency (IF) Equipment for Augmentation of Enterprise Satellite Communications Terminals
- Notice Date
- 9/29/2017
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J-17-DIGIF
- Archive Date
- 11/14/2017
- Point of Contact
- Parris S. Weidenbach, Phone: 3097824678, Michael Lansing, Phone: 3097827239
- E-Mail Address
-
parris.s.weidenbach.civ@mail.mil, michael.l.lansing2.civ@mail.mil
(parris.s.weidenbach.civ@mail.mil, michael.l.lansing2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Product Manager Wideband Enterprise Satellite Communications (SATCOM) Systems (PdM WESS), Fort Belvoir, VA, is seeking information from potential offerors for the contemplated acquisition of Digital Intermediate Frequency (IF) equipment for augmentation of enterprise satellite communications terminals. Large and small businesses that are experienced in providing Digital IF equipment capable of meeting VMEbus International Trade Association (VITA) Standard 49 'VITA Radio Transport (VRT) Standard' and/or American National Standards Institute (ANSI)/Telecommunications Industry Association (TIA)-5041 'Future Advanced SATCOM Technologies (FAST) Open Standard Digital-IF Interface (OSDI) for SATCOM Systems' are requested to respond to this RFI. Small business is defined by North American Industry Association Classification System (NAICS) 'Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing' 334220, (750 employees or less). PdM WESS is seeking to augment the AN/GSC-52B Modernization of Enterprise Terminals (MET) SATCOM terminals to significantly increase the number of legacy modems that the terminals can support and to provide support for future OSDI compliant digital modems. The Government tentatively plans to include the following equipment, data and services in a pending solicitation: a. Legacy Modem Adapters (LMAs) for conversion between legacy modem 70MHz/L-Band analog IF signals and Digital IF signals b. Wideband Signal Processors (WSPs) for Digital IF aggregation and channelization c. Digital Conversion Subsystems (DCSs) for conversion between multi-carrier (aggregated) Digital IF signals and wideband L-Band analog signals d. Monitor and Control Subsystem (M&CS) for the above e. Technical manuals and training materials for the above in contractor format f. Support for integration of Digital IF equipment into MET g. Support for Government performance, certification and interoperability testing All equipment must be TIA-5041 OSDI compliant, or VITA-49 compliant and upgradeable to OSDI compliance. Government testing will be performed at the following facilities: Tobyhanna Army Depot, Aberdeen Proving Ground, and other Government facilities to be identified. Interested potential offerors are asked to provide the following specific information. a. Name, address, and Commercial and Government Entity (CAGE) code of your company. b. Point of Contact (Name address, phone number, and e-mail). c. Current capabilities your company offers which most closely match the capabilities specified above. d. Available brochures, photographs, illustration and technical descriptions that describe your company's current products and services that most closely match the required capabilities. e. An optional White Paper (no more than 20 pages in length) describing how your company's technical expertise could produce and deliver the required capability. f. An identification of your company's past and current customers to which your company provided similar services, including a customer/company name and point of contact, phone number, and address/e-mail where they can be contacted. g. Pricing structure for required supplies and services. h. Contractors shall identify any proprietary information. This RFI is for planning purposes only and shall not be construed in any manner to create an obligation on the part the of Government to enter into any agreement, nor to implement any of the actions contemplated herein, nor to serve as the basis for any claim whatsoever for reimbursement for any costs associated with the preparation of responses submitted to the RFI. Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer. Verbal questions will NOT be accepted. Please furnish the above requested information by 30 October 2017. Please submit the requested information in PDF or Microsoft Word format to Mr. Parris S. Weidenbach, Contract Specialist at parris.s.weidenbach.civ@mail.mil or Mr. Michael L. Lansing, Contracting Officer at Michael.l.lansing2.civ@mail.mil. All other questions should be directed to Mr. Parris S. Weidenbach at Army Contracting Command - Rock Island
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/49be0f4cfa6d788b8ab83965ad040ee1)
- Record
- SN04702199-W 20171001/170929232653-49be0f4cfa6d788b8ab83965ad040ee1 (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 |