SOURCES SOUGHT
58 -- Next Generation Troposcatter - NGT RFI
- Notice Date
- 4/30/2018
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
- ZIP Code
- 22134
- Solicitation Number
- M67854-18-I-2056
- Archive Date
- 6/14/2018
- Point of Contact
- Cori Kirkbride, Phone: 7034328740
- E-Mail Address
-
cori.kirkbride@usmc.mil
(cori.kirkbride@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- NGT RFI REQUEST FOR INFORMATION (RFI) M67854-18-I-2056 GENERAL INFORMATION Document Type: Request for Information/Market Research Sources Sought: All Businesses - Under North American Industry Classification System (NAICS) Code 334220 Closing date for RFI: May 30, 2018 DESCRIPTION This RFI initiates market research under Federal Acquisition Regulation (FAR) Part 10.002(b) (2) (iii). The Marine Corps Systems Command (MCSC), Portfolio Manager Command Element Systems (PfM CES), Program Manager Communications Systems (PM CS), Terrestrial High Capacity Communications (THC2) team is seeking industry feedback regarding a troposcatter system as potential replacement for the AN/TRC-170 system starting in Fiscal Year (FY) 2019 (FY19). The Marine Corps seeks a discussion on Commercial/Non-Developmental Item (NDI) systems that can meet the Marine Corps system requirements provided below. The purpose of this RFI is to determine industry capabilities and seek feedback on the current status of potential replacements. This RFI is being issued to all available vendors to collect information regarding industry capabilities and the ability to provide all listed requirements as an entire system. THIS RFI IS NOT A REQUEST FOR QUOTATIONS OR PROPOSALS. NO STATEMENT OF WORK REQUIREMENTS PACKAGE IS CURRENTLY AVAILABLE FOR RELEASE. This RFI is a market research tool to determine the availability and adequacy of potential commercial sources prior to determining the acquisition strategy and issuance of a Request for Proposals/Quotations. The Government is not obligated to reimburse, and will not pay, for any information received from potential sources as a result of this RFI. This RFI is for informational and planning purposes only and does not constitute a solicitation for bids or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive or sole source contract. BACKGROUND The Marine Corps intends to replace the AN/TRC-170 with a transit-case based Commercial/NDI solution that meets National Security Agency (NSA) Communications Security modernization requirements; possesses improved size, weight, and power attributes; and is a combined C-Band and X-Band system, or seperate C-Band and X-Band systems. The anticipated Marine Corps requirement is for approximately 172 systems. REQUIREMENTS Requirement Threshold Objective Range and Throughput 35 Statute Miles at 50 Mbps 50 Statute Miles at 50 Mbps Range and Throughput 120 Statute Miles at 20Mbps 160 Statute Miles at 20Mbps Spectrum (C-Band) C-Band: 4.4 - 5.0 GHz T=O Spectrum (X-Band) X-Band: 7.125 - 7.75 GHz X-Band: 7.125 - 8.4 GHz Size, Weight, and Power (SWaP) Size and Weight: Transit Cases: 4-man lift IAW MIL-STD-1472G Power: Capable of being powered by a 10kW generator (120/220 VAC, 50/60Hz) Size and Weight: Transit Cases: 2-person lift IAW MIL-STD-1472G Power: T=O Transportability Transit cases transportable by HMMWV, CH-53, MV-22, and C-130, Air Force Fixed Wing, rail, and landing craft Transit cases transportable by all means listed as threshold plus JLTV (cargo variant) Environmental MIL-STD 810G with Change 1 T=O Electromagnetic Interference (EMI) MIL-STD 461G T=O Hazards of electromagnetic radiation to personnel, fuel, and ordinance (HERP), (HERF), (HERO) MIL-STD 464C T=O RESPONSES Interested parties are requested to provide an information package, addressing their approach to meeting the mandatory requirements listed above, to include the following: • Your organization's description of, and its capability to provide, an integrated solution which meets the requirements set. Please provide details concerning integration efforts as well as components to be used. • A description of your device specifications, addressing each functional area within the requirements listed above. • The ability of your system to meet objective requirements. • Information on the size and weight of individual components within your material solution, per transit case. • Your organization's estimated production lead time, estimated manufacturing rates for this system, and an assessment of when production models can be delivered. • The technological readiness levels of all components used. • An assessment and recommendation on any capability, which if relief were granted or deferred, could accelerate the technical qualification or fielding of the troposcatter system. • A rough order of magnitude cost in lots of 25 incrementally up to a total quantity of 250. Include C-Band, X-Band, and combined C/X-Band solutions. • Whether your solution is considered commercially available, commercial off-the shelf, or NDI, in accordance with FAR 2.101. • Reliability data and statistics for each device discussed in the response, if currently in production. • Any test reports conducted on behalf of or by a Government agency which demonstrate your solution. • Copies of certifications currently possessed (e.g. NSA, JF-12, and JITC). • The manufacturer warranties for your offered products. • The ability to provide lifecycle support for the troposcatter capability. • Any contracts presently awarded to a Government agency (i.e. General Services Administration, DoD, etc.) from which your material solution may be procured. Please send the requested information by e-mail only (Microsoft Word TM or.pdf attachments are preferred) no later than the closing date provided. Information packages and all inquiries shall be emailed to MCSC_MC3_CONTRACTS@usmc.mil. Please place "Attention: Response to RFI for Next Generation Troposcatter" in the subject line of your e-mail. Responses shall be limited to 20 pages, including slick sheets or product brochures. Proprietary information submitted, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that submissions will not be returned. NOTICE Vendors are advised that the Government may use non-Government personnel to assist in collecting and reviewing market information and in providing technical advice to the THC2 team. Proprietary information submitted in response to this RFI will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act, as amended (41 U.S.C. 423) (hereinafter referred to as "the Procurement Integrity Act," or "the Act"), and as implemented in the FAR. Supporting personnel are procurement officials within the meaning of the Act and will take all necessary action to preclude unauthorized use or disclosure of vendor's proprietary data. By submitting a response, a company will be deemed to understand that, and agree to, the Government allowing its support contractor, with the appropriate Non-Disclosure Agreement in place, to access any information submitted in relation to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-18-I-2056/listing.html)
- Place of Performance
- Address: 2200 Lester Street, Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN04904677-W 20180502/180430230640-a0c6a8bfbf4413f38b7d8a5fc4d96ed4 (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 |