SOURCES SOUGHT
59 -- Mobile User Objective System (MUOS)
- Notice Date
- 11/1/2017
- Notice Type
- Sources Sought
- NAICS
- #334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-18-RFI-0027
- Archive Date
- 11/21/2017
- Point of Contact
- Evanuel Hairston, Phone: 7323232094
- E-Mail Address
-
evanuel.hairston@navy.mil
(evanuel.hairston@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI Number: N68335-18-RFI-0027 PSC: 5985 ; Antennas, waveguides, and related equipment NAICS: 334220; Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing Response date - 5 days Primary Point of Contact: Evanuel Hairston evanuel.hairston@navy.mil Phone: 732-323-2094 This Request For Information notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement 206-302-1(d). 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) low profile, Mobile User Objective System (MUOS) compatible, Ultra High Frequency (UHF) Satellite Communication (SATCOM) antenna. The MUOS SATCOM antenna must support legacy SATCOM frequencies of 243-318 Megahertz (MHz) as well as the MUOS frequency range of 300-380 MHz. The low profile MUOS SATCOM antenna will need to operate without a ground plane, capable of handling at least 50 watts of Radio Frequency (RF) input power, operate with an impedance of 50 ohms, and have a Voltage Standing Wave Ratio (VSWR) of less than or equal to 2:1. The low profile, MUOS SATCOM antenna will be used in a maritime environment and will be subjected to harsh working environments, where temperature, weather, and environmental conditions may affect the function of the antenna. The antenna will require the capability to be surface mounted on the hull of a watercraft and shall protrude no more than 1 inch vertically from the hull of the craft. 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). 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: •· Time to production •· Operation •o Frequency Range in MHz •o Transmit VSWR •o Polarization orientation (e.g., right hand circular, left hand circular) •o Radiation pattern (azimuth and elevation) •o Constant Wattage (CW) in number of watts •o Axel ratio in decibels (dB) •o Gain in Decibel Isotropic (dBi) and MHz •o Minimum RF Input Power in Watts •o Maximum RF Input Power in Watts •· Features •o Time to deploy antenna in minutes •o Connector types and location on antenna •o Wind speed limitation while deployed, miles per hour (MPH) •o Retracted and deployed dimensions (feet, inches) •o Weight in lbs. •o Mounting limitations (vehicle only, shipboard only, aircraft only, etc) •o Operating and storage temperatures in Celsius •o Coatings and finish •o Mounting capabilities •· Mean time between failures •· Military Standard (MIL-STD) Certification(s) •· Joint Interoperability Test Command (JITC) certification(s), including the associated radio(s) •· Ingress Protection (IP) Certification(s) •· 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 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. 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. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competition. 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. Proprietary information will be safeguarded in accordance with the applicable Government regulations. 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 Federal Business Opportunities website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND 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 receiving vendors' commercial published price lists for items they believe meet the requirement of this RFI, as well as, identification of long lead items(s), sub-systems(s), or systems(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts point of contact identified below. Interested parties are requested to submit responses in PDF Document Format via e-mail to Evanuel Hairston at evanuel.hairston@navy.mil. Responses are due no later than 6 Nov 2017, 5:00 P.M. EDT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-RFI-0027/listing.html)
- Record
- SN04728467-W 20171103/171101230807-239cd6743371078c1c36fa70283795f4 (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 |