SOURCES SOUGHT
58 -- NEXT GENERATION LOUDSPEAKER SYSTEM � DISMOUNTED (NGLS-D) GEN 2 WIRELESS
- Notice Date
- 11/10/2020 1:30:06 PM
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- HQ USSOCOM TAMPA FL 33621-5323 USA
- ZIP Code
- 33621-5323
- Solicitation Number
- RFINGLSDGEN2
- Response Due
- 12/1/2020 10:00:00 AM
- Archive Date
- 12/02/2020
- Point of Contact
- Jennifer S. Pruente, Charlotte Montoya
- E-Mail Address
-
jennifer.s.pruente.civ@socom.mil, charlotte.k.montoya.civ@socom.mil
(jennifer.s.pruente.civ@socom.mil, charlotte.k.montoya.civ@socom.mil)
- Description
- OBJECTIVE U.S Special Operations Command (SOCOM) is conducting market research in accordance with FAR Part 10. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes as market research. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.. There is NO commitment by the government to issue a RFP as a result of this RFI. This request for information does not commit the Government to contract for any supply or service whatsoever. Respondents are solely responsible for all expenses associated with responding to this RFI. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Posted Date: November 10, 2020 Response Date: December 1, 2020 Background: United States Special Operations Command (USSOCOM) has the need to procure Tactical Loudspeakers with wireless and wired capability in multiple configurations and associated ancillaries.� The loudspeaker shall meet all technical requirements outlined below, be fully developed and currently available for procurement without need of any further modifications or development. If the products and services are unavailable through centralized procurement, the DoD Components shall acquire them directly from commercial entities that sell such products.� 2.0 Technical Requirements: Submission must currently meet all outlined technical requirements without need of further development. Must have the ability to be controlled by an Android central controller End User Device (EUD) able to transfer control from one system to another as needed Must have a central control application able to run on an Android operating system Application must have a Wi-Fi analyzer to survey Wi-Fi environment Application must be able to perform audio file snipping Application must be able to create playlists Application must have ability to perform live mic operations through loudspeaker Application must have ability to interface with� Android Tactical Assault Kit ATAK Must be man-portable and with a weight NTE 20lbs in operational configuration Must be compatible with military standard batteries Must be capable of wireless interlinking multiple systems to play messages simultaneously in various configurations (i.e. hub and spoke, chain etc.). Must be able to stream audio from wired and wireless EUD Must be capable of a secure wireless connection from loudspeaker to loudspeaker and from loudspeaker to central control EUD Must be ruggedized to meet military environmental standards � 3.0 Responses: Per FAR 5.207(c)(16)(ii), all responsible sources may submit additional capability statements that will be considered by the agency. Interested organizations can submit a maximum of five (5) pages outlining clear, factual documentation demonstrating their ability to execute this requirement. All replies must be provided to the Government no later than Monday, November 23rd, at 2:00 p.m. Eastern Standard Time.� All inquiries and responses concerning this action shall be sent in writing via email to: jennifer.s.pruente.civ@socom.mil. Senders are responsible for ensuring the complete transmission and timely receipt. All inquiries to this notice shall be sent via e-mail to jennifer.s.pruente.civ@socom.mil. � Contracting Office Address: 7701 Tampa Point Blvd MacDill AFB, Florida 33621-5323
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/365dcc0a5b05451f943590a3c61b44bb/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05850899-F 20201112/201110230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |