Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2018 FBO #6197
SOURCES SOUGHT

59 -- High-Rate Receiver Modems

Notice Date
11/9/2018
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Building 1007, RM 116, Stennis Space Center, Mississippi, 39529-5004, United States
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-19-RFI-ET01
 
Point of Contact
Erica N. Turner, Phone: 2286885593
 
E-Mail Address
erica.turner@nrlssc.navy.mil
(erica.turner@nrlssc.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) NRL RFI Announcement # N00173-19-RFI-ET01 Title: High-Rate Receiver/ Modems I. DISCLAIMER: This announcement constitutes a Request for Information (RFI) for the purpose of determining market capability of sources or obtaining information. It does not constitute a Request for Proposals (RFP), a Request for Quote (RFQ) or an indication that the Government will contract for any of the items and/or services discussed in this notice. Any formal solicitation that may subsequently be issued will be announced separately through Federal Business Opportunities (FedBizOpps). It is the responsibility of any potential contractor to monitor FedBizOpps for additional information pertaining to this topic. Information on the specific topic of interest is provided in the following sections of this announcement. Neither the Naval Research Laboratory (NRL) nor any other part of the Federal Government will be responsible for any cost incurred by responders in furnishing this information. II. BACKGROUND: The NRL, Satellite and Communication Section (Code 8144), is seeking to procure equipment necessary to demodulate and format data into the proprietary data format of the mission processing equipment downstream. The components required are the three line items listed below to include the non­recurring engineering, which is required for this effort. The three component pieces of equipment listed below are not commercially available from other vendors due to the unique formatting required for the mission processing equipment. The non-recurring engineering includes small modification to the software required in order for the equipment to be useful for long-term operations as well as porting of software code and associated testing/verification of the high rate receiver modem. III. SPECIFIC INFORMATION OF INTEREST: The critical requirements of the high rate receiver modem are as follows: Item No. DescriptionQty 1P/N TBD VHR-3200 Satellite Modem 2 2P/N TBD VDP-SDH Satellite Data Processor 1 3Non-Recurring Engineering (Porting of SW Code and Testing)1 The items listed above are further explained as the following by line item number. 1VHR-3200 is a satellite modem to receive mission data from satellites of interest. 2VDP-SDH is a satellite data processor that process information into usable data structure for the mission processer. 3Non-Recurring Engineering (NRE) to funds the porting of software code and testing and verification to the VHR-3200 for a specific mission. The items above are required for an operational mission with a need date of May 2019. The units have a 7 month lead-time after receipt of order and the manufacturer can deliver the equipment earlier if possible to meet the Government's need date. The non-recurring engineering will occur at the Contractor's facility prior to shipping and will be tested as part of this effort. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334111. IV. SUBMISSION INSTRUCTIONS and FORMATTING REQUIREMENTS a)Responses are requested no later than November 21, 2018 at 4:30 PM Central Standard Time. Any response received after this date will also be considered, but may not be included in initial reporting or assessments. Oral communication are not acceptable in response to this notice. Proprietary information should be marked accordingly. b)If your organization has the potential capacity to perform these contract services, please provide the following information and required content/ submission organization: i.Cover Sheet - RFI number, company name and address, socio-economic status, type of ownership, NAICS code, technical point of contact, printed name, title and email address and date. (Not included in the total page count) ii.Technical description of the proposed concept or capability, and including a concise description of the specifications. This section should not exceed 5 pages, single-spaced, 12 point font, including charts, graphs, or other illustrations. iii.If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements iv.The RFI will be evaluated solely for market research purposes. Consequently, the Government is primarily interested in Qualified Sources (Prime Contractors) providing specific technical details indicating how that source can meet the Government's needs. c)Small Business Concerns, Historically Underutilized Business Zone (HUBZone) Concerns, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns, Small Disadvantaged Business (SDB) Concerns, Women-Owned Small Business (WOSB) Concerns and Veteran-Owned Small Business (VOSB) Concerns are all highly encouraged to respond to this RFI. V. QUESTIONS AND POINT OF CONTACT The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submit the responses electronically to the Contracting Officer, Ms. Erica N. Turner at erica.turner@nrlssc.navy.mil no later than November 21, 2018 at 4:30 PM Central Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/Code3235/N00173-19-RFI-ET01/listing.html)
 
Record
SN05149116-W 20181111/181109230617-d8689649f23bf69f1db1a93d0fd7d621 (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.