Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2020 SAM #6961
SOURCES SOUGHT

16 -- Very/Ultra High Frequency (V/UHF) Tunable Antenna System

Notice Date
12/18/2020 12:35:45 PM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
USSOCOM TAKO CONTRACTING OFFICE FORT EUSTIS VA 23604 USA
 
ZIP Code
23604
 
Solicitation Number
H9224121R0007
 
Response Due
1/22/2021 8:00:00 AM
 
Archive Date
02/06/2021
 
Point of Contact
Rob Waible, Phone: 757-878-0730 x250, Michael J. Wastella, Phone: 757-878-0730 x233
 
E-Mail Address
robert.c.waible.civ@mail.mil, michael.j.wastella.civ@mail.mil
(robert.c.waible.civ@mail.mil, michael.j.wastella.civ@mail.mil)
 
Description
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A SOURCES SOUGHT that will allow the Government to identify interested sources capable of meeting the requirement.� The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), Request for proposal (RFP), Invitation for Bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the Sources Sought.� The Government does not intend to award a contract on the basis of this Sources Sought, or otherwise pay for any information submitted by respondents to this request.� This notice is for market research purposes only and is not indicative of a full requirement. The United States Special Operations Command (USSOCOM), Technology Application Contracting Office (TAKO) is interested in identifying potential vendors who have the necessary capabilities to provide a Very/Ultra High Frequency (V/UHF) tunable antenna system for use on US Army Special Operations Aircraft (SOA). The tunable antenna system shall receive radio control signals and frequency information at a 40 MHz clock speed.� After receipt of command, the tunable antenna system shall tune to any channel in less than 80 micro seconds, with an objective of 60 microseconds.� The tunable antenna system shall operate within 30-512 MHz frequency range to a Voltage Standing Wave Ratio (VSWR) of less than 2.0:1 with a tuned bandwidth of no less than 25 KHz.� The tunable antenna system shall support legacy and advanced fast frequency hopping waveforms that enable air-to-ground and air-to-air communications.� Optionally, the tunable antenna system may support 764-870 MHz and/or 1.3-2.6 GHz as a separate element within. The tunable antenna system is required to meet MIL-STD 810H, MIL-STD-461G as modified by ADS-37A-PRF, and MIL-STD-704 standards for military rotary wing aircraft, and must meet US Army airworthiness qualification requirements. Tunable antenna system evaluation units are exempt from airworthiness qualification and must be available for bench level testing in calendar year (CY) 2021. �Production representative tunable antenna systems must be airworthiness qualified and be available for US Army flight testing in CY2022, and delivery of airworthy production units must be available in CY2023. Potential sources are requested to submit a brief summary of their capabilities in a white paper/capabilities statement.. This Sources Sought is the initiation of market research under Federal Acquisition Regulation (FAR), Part 10, and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� The information collected may be used by the Government to explore acquisition options and strategies.� All information received in response to this Sources Sought that is properly marked as �proprietary� will be protected as proprietary information.� Such information will be reviewed by a team comprised of Government as well as contractor personnel hired to provide technical assistance for the Government�s preparation of an acquisition strategy. All members of the team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations.� In addition, Government members will be reminded of their obligations to afford protection under the Trade Secrets Act, 18 U.S.C. 1905.� All Government support contractor team members are required to protect the information by the terms of their contracts.� The Government will make a determination whether or not contractor personnel have organizational conflicts of interest that could adversely affect protection of the information.� In an effort to ease the coordination for potential need of nondisclosure agreements between multiple parties as part of the Government�s market research, the Government will treat all notice responses as proprietary and to disclose the contents only for the purpose of Government market research and acquisition planning activities.� All proprietary information is submitted with the above understanding that these contractor technical experts will have access and should be marked accordingly.� The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. All interested, capable, and responsible sources that would like to respond to this sources sought are encouraged to provide a statement of interest along with supporting data via email to Mr. Michael J. Wastella, Contracting Officer (michael.j.wastella.civ@mail.mil) and Rob Waible, Contract Specialist (Robert.c.waible.civ@mail.mil) no later than 11:00 am EST on 22 January 2021.� Once the Sources Sought requirement has closed, the Government will contact individual responders for any further information required or with any questions resulting from review of the white paper/capability statement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/28ae8f11a21649eb8b34a3b046617bee/view)
 
Record
SN05878068-F 20201220/201218230115 (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 |
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.