Iridium Satellite Phone

expired opportunity(Expired)
From: Federal Government(Federal)
N6833522R0327

Basic Details

started - 13 Sep, 2022 (19 months ago)

Start Date

13 Sep, 2022 (19 months ago)
due - 20 Sep, 2022 (19 months ago)

Due Date

20 Sep, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
N6833522R0327

Identifier

N6833522R0327
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE NAVY (156349)NAVAIR (14246)NAVAIR NAWC AD (6971)NAVAL AIR WARFARE CENTER AIR DIV (3879)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Information (RFI) Iridium Satellite PhoneNaval Air Warfare Center Aircraft DivisionWebster Outlying Field______________________________________________________________________________RFI Number:  N68335-22-RFI-0327Classification Code:  7G22 - IT and Telecom – Network: Satellite and RF Communications Products (HW, Perpetual License Software)NAICS Code(s):  334220 – Radio and Television Broadcasting and Wireless Communications Equipment ManufacturingREQUEST FOR INFORMATIONPURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.  This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  This request for information does not commit the Government to contract for any supply or service whatsoever.  Further, the government is not at this time seeking proposals and will not accept unsolicited proposals.  Responders are advised that the U.S. Government will not
pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.  Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations.  Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTSThe Naval Air Warfare Center (NAWC) Webster Outlying Field (WOLF) Division is soliciting information and comments from industry on its ability to provide a non-developmental or commercial-off-the-shelf Iridium satellite phone to be used in the cockpit of an aircraft.  The Iridium satellite phone will be used for Beyond Line of Sight (BLOS) communications with the Air Traffic Control (ATC) system within and outside of the Continental United States.  The satellite phone must also simultaneously provide BLOS communications with commercial landline phones.  The system will integrate with the aircraft communications system, and will consist of a single box that contains a control panel, the modems, and the processor, such that the box will provide RF connector ports so the antenna cable connects directly to the satellite phone.  This single box must fit in the cockpit console.  The system will also provide discrete signal inputs and outputs to allow control of functions from a separate processor.  The system’s display and control keys will be Night Vision compliant. RESPONSESRequested InformationSection 1 of the response shall provide administrative information, and shall include the following as a minimum:Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact.Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).Country of origin for main component(s)Section 2 of the response shall provide technical information, and shall include the following as a minimum:Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes.  Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged.Respondents should provide a detailed description of the following characteristics of their solution in their submission:Product specification, sketches, or listings of authorized distributors are not to count as part of the page count. List of Certifications/Standards/Compliances (Military Standards, etc.)Programs and flight clearancesOperationOperating and storage temperaturesHumidity range in relative humidity (operating & non-operating)FeaturesDimensions (height x width x depth)Weight in lbs.DisplayImpedanceInputOutputInput/output interfaces (hard-wired and wireless, types, number of interfaces)ConnectorsPowerInput (in volts of direct current)Power supply current (in volts of direct current)Ruggedization features and standardsOther informationTotal quantity of units sold to dateDate of delivery of the first unitDate of delivery of most recent unitBasic and extended warranty informationTime to productionIf applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution.  It would be helpful if a sponsor POC for each program, with email address and phone number could be identified.The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI.  Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.Respondents should include a list of authorized distributors.ADDITIONAL INFORMATIONIn response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail.  Product specification, sketches, or listings of authorized distributors will not count toward the page limitation.  The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s).The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.  Proprietary information will be safeguarded in accordance with the applicable Government regulations.  All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly.  The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified.  Responses to this RFI will not be returned.  Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.  Information provided in no way binds the government to solicit or award a contract.  If a solicitation is released, it will be synopsized on the Beta System for Award Management (SAM) website: www.sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.HOW TO RESPONDInterested parties are requested to respond to this RFI with a PDF Document Format.  Responses shall be limited to 10 pages and submitted via e-mail only to trevor.m.greig.naf@us.navy.mil.  Proprietary information, if any, should be minimized and must be clearly marked.  Responses are due no later than 20 September 2022, 2:30 P.M. EDT.Responses to this RFI will not be returned.  Respondents will not be notified of the result of the review.  If a solicitation is released, it will be synopsized on the SAM website: www.sam.gov.  It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7  PATUXENT RIVER , MD 20670-1545  USALocation

Place Of Performance : BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7 PATUXENT RIVER , MD 20670-1545 USA

Country : United StatesState : Maryland

You may also like

AVAYA PHONE UPGRADES

Due: 31 Aug, 2026 (in about 2 years)Agency: BUREAU OF THE FISCAL SERVICE

BOC 2331 IRIDIUM SAT PHONE 1 EA CONTRACT 90D POP J

Due: 27 May, 2024 (in 1 month)Agency: FEDERAL EMERGENCY MANAGEMENT AGENCY

PHONE SERVICE FOR FOUR IRIDIUM 9555 SAT PHONES.

Due: 26 Dec, 2024 (in 8 months)Agency: DRUG ENFORCEMENT ADMINISTRATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 334220Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
pscCode 7G22IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE)