SOURCES SOUGHT
70 -- SDR RECEIVER-TRANMITTER- WEST POINT
- Notice Date
- 1/12/2024 5:26:16 AM
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD-24-R-0053
- Response Due
- 1/19/2024 7:00:00 AM
- Archive Date
- 02/03/2024
- Point of Contact
- Maureen Flanagan, Phone: 8459384490
- E-Mail Address
-
maureen.a.flanagan2.civ@army.mil
(maureen.a.flanagan2.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT This is a Sources Sought Notice Only.� The U.S. Government has a request to supply qty-2 software defined radio receivers and transmitters for the Department of Army Cyber Institute (ACI), at The United States Military Academy (USMA) at West Point, NY in accordance on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.� We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.� If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code(s) is, 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, size standard is 1250 employees. A need is anticipated to provide qty-2 software defined radio receivers and transmitters. 25W XCVR Equipment Specifications: Software Defined Radio Specification: The receiver and transmitter must have a tuning range from 50 MHz to 6 GHz with an instantaneous bandwidth of 30 MHz. The Analog-to-digital converter must be 12 or 16 bits: 8 bit ADCs do not provide enough resolution. The emitter portion must have an amplifier with a max output of 25W EIRP. The amplifier must cover the VHF and UHF range up to 2700 MHz. The transceiver must have an antenna that matches the range of the amplifier and rated to at least 25W. Because this transceiver will be used for ACI research, the components must be COTS to allow for the widest project application and modularity. The transceiver must operate without proprietary software and needs to be capable of running ACI-made open-source software for signals generation. Software Specifications: ACI requires full root access to the system, including the ability to install open source operating systems and programs: both purchased from other vendors or developed by ACI in-house. The underlying hardware must not rely upon proprietary libraries, licenses, firmware, or operating systems. Hardware Case Specifications: The transceiver will be tested on Army ranges with the expectation that the system will be subjected to light shock, dirt/dust, and water; the system must be moderately rugged. Unit should fit into a medium-sized pelican case with no internal lithiumion batteries that could pose a flight hazard. Case must have adequate heatsinks and cooling to handle the radio, amplifier, and all electronics. �In response to this sources sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 4. Information to help determine if the requirement for the qty-2 software defined radio receivers and transmitters is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC-WP, Maureen Flanagan, at Maureen.a.flanagan2.civ@army.mil 845-938-4490, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.GOV notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7.� Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b4791c4f13f74208b60d1ac44969bc18/view)
- Place of Performance
- Address: West Point, NY 10996, USA
- Zip Code: 10996
- Country: USA
- Zip Code: 10996
- Record
- SN06935078-F 20240114/240112230041 (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 |