MODIFICATION
58 -- Sources Sought for Warfighter Information Network – Tactical (WIN-T) Increment 2 B16 Hardware Spot Buys
- Notice Date
- 3/13/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W15P7T) Division B, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- MARKET-SURVEY-6296-1
- Archive Date
- 4/11/2018
- Point of Contact
- Roger Louisaire, , James Urso,
- E-Mail Address
-
roger.a.louisaire.civ@mail.mil, james.v.urso.civ@mail.mil
(roger.a.louisaire.civ@mail.mil, james.v.urso.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Warfighter Information Network - Tactical (WIN-T) Increment 2 B16 Hardware Spot Buys This is a Request for Information (RFI) for planning and market research purposes only, and shall not be construed as a commitment by the Government. This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this Sources Sought Synopsis (SSS) or reimburse any costs associated with the preparation of responses to this SSS. This SSS will be used to gather market research and to make decisions regarding the development of acquisition strategies. The Integrated Logistics Support Center (ILSC), Aberdeen Proving Ground, in support of Warfighter Information Network-Tactical (WIN-T) Increment 2, is considering soliciting Spot Buys for NSN 5895-01-661-9415 used in WIN-T Increment 2, under NAICS 334290. Warfighter Information Network-Tactical (WIN-T) Increment 2 provides interoperable mobile network connectivity to deliver dynamic networking operations to the entire battle space. The system provides robust on-the-move mission command capability enabled by a mobile network communications infrastructure employing military and commercial satellite connectivity and line-of-sight radios and antennas. This SSS is in support of Market Research being conducted by the Defense Logistics Agency and ILSC to identify potential manufacturing/supply sources, and if future efforts can be competitive or Set Aside for Small Business. This Sources Sought Synopsis is to notify companies that the Defense Logistics Agency and ILSC, is seeking sources for the acquisition of the exact items below or "plug and play" equivalents. Quantity 7 each NSN 5895-01-661-9415 is a KU Feed (Part Number 141290-101) for the DATRON Antenna (Part numbers 137950-114 and 137950-G114). The Ku feed band occupies approximately 12-18 GHz. The Datron is used for the Soldier Network Extension (SNE). The SNE is installed on select vehicles to provide on-the-move network communications to extend the network from the brigade down to the company level. Using its on-the-move satellite communication systems, the SNE can also be used to heal and extend lower echelon tactical radio networks for geographically separated elements blocked by terrain features. P/Ns137950-113 and 137950-114 are functionally identical with revision L and subsequent software installed. P/N 137950-114 (Bengal and Swedish Microwave) is not compatible with revision K and earlier software. Interested parties please provide responses to the following questions below: 1. Please provide the following Point of Contact information: Company: CAGE Code: Address: Point of Contact: Phone Number: Email Address: 2. Please identify your company's size standard based on the primary North American Industrial Classification System (NAICS) code of 334290. The Small Business Size Standard for this NAICS code is 750 employees. For more information, refer to: https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business (WOSB) Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business (VOSB) Service-Disabled Veteran-Owned Small Business (SDVOSB) 3. Identify if your company can manufacture or be a source of supply. Please identify lead times associated with the item. 4. If identifying an equivalent item, please note that any equivalent should be "plug and play" with no additional configuration or integration required. Any equivalent items are to meet exact form, fit and function requirements with no additional cost to the Government. Please submit any item equivalent responses with an explanation as to how the equivalent items would be compatible and not involve any additional integration in WIN-T Increment 2 5. No phone inquiries will be accepted. For any questions, please contact via e-mail Roger Louisaire at roger.a.louisaire.civ@mail.mil and James Urso at james.v.urso.civ@mail.mil. Please provide this information, via email to roger.a.louisaire.civ@mail.mil and james.v.urso.civ@mail.mil no later than 10A.M. Eastern Standard Time (EST) on 27 March 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f91530003e594269be05a266870e6922)
- Record
- SN04853312-W 20180315/180313231908-f91530003e594269be05a266870e6922 (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 |