REQUEST FOR INFORMATION - Single Channel Data Radio

expired opportunity(Expired)
From: Federal Government(Federal)
W15P7T-22-I-SCDR

Basic Details

started - 17 Jun, 2022 (22 months ago)

Start Date

17 Jun, 2022 (22 months ago)
due - 21 Jun, 2022 (22 months ago)

Due Date

21 Jun, 2022 (22 months ago)
Bid Notification

Type

Bid Notification
W15P7T-22-I-SCDR

Identifier

W15P7T-22-I-SCDR
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708577)DEPT OF THE ARMY (133039)AMC (72591)ACC (74966)ACC-CTRS (32885)ACC-APG (10709)W6QK ACC-APG (7696)
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)Single Channel Data Radio (SCDR) for Project Manager Tactical Radios (PM TR)1.0 Description 1.1 The Project Manager for Tactical Radios (PM TR) seeks industry interest regarding availability of Single Channel Data Radios to meet data transport requirements for dismounted Soldiers by providing mobile, ad-hoc mesh networking.   PM TR is interested in responses for products that can be delivered in production quantities that satisfy functional and performance requirements.   Single Channel Data Radios will support and integrate with the Integrated Visual Augmentation System (IVAS).1.2 This is a Request for Information (RFI) to be used for market research purposes. This is not a Request for Proposal (RFP). This notice is issued solely for informational and planning purposes and it does not constitute a promise to issue an RFP in the future. Responses to this RFI are not considered offers or proposals and the Government will not award a contract based on this
RFI. The Government is not soliciting for proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for the information submitted in response to this RFI or any costs incurred in responding to this RFI. All costs associated with responding to this RFI will be solely at the interested parties' expense. It is the responsibility of the potential responder to monitor the website for additional information pertaining to this requirement. 2.0 BackgroundThe Integrated Visual Augmentation System (IVAS) is a Soldier Lethality Cross Functional Team (SL-CFT) effort to modernize the close combat force and drive overmatch in any environment. IVAS provides a single platform that allows the Soldier to fight, rehearse, and train while improving soldier sensing, decision making, target acquisition, and target engagement.  Single Channel Data Radios will provide a small form-factor solution to transport Tactical Assault Kit (TAK) data between dismounts in order to provide enhance situational awareness (SA).3.0 Requirements3.1 Delivery Date:  It is anticipated that the Army will need approximately one hundred thousand (100,000), with procurements beginning in 2nd Quarter FY22 and radios delivered incrementally beginning as soon as July 2022.3.2 Salient Characteristics:SEE ATTACHMENT 002 - Salient Charateristics4.0  Responses4.1  White Paper:  Interested parties are required to respond to this RFI with a white paper.  White papers shall be in Microsoft Word for Office 2000 compatible format.  Respondents are asked to provide the information requested in paragraph 4.3, and to address the questions posed in paragraph 4.4.  Respondents may provide supporting documentation along with their submissions.  Responses shall be limited no more than 7 pages for the entire submission (including company information, answers to technical questions, supporting documentation, etc.)  Responses are due NLT 21 June 2022, 0900 Eastern Time and must be submitted via e-mail only to the Government Point of Contact (POC): tan.v.le5.civ@army.mil, and nancy.s.williams12.civ@army.mil.4.2  Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.  To aid the Government, please segregate proprietary information.  Please be advised that all submissions become Government property and will not be returned.  If any respondent does not currently have a Proprietary Data Protection Agreement (PDPA) that would permit the support contractors listed below to review and evaluate white papers submitted in response to this RFI, the respondent is requested to sign PDPAs with these support contractors for this purpose.  The following is a list of support contractor Points of Contacts who will review the responses.Contract No.: W15P7T-17-D-0147, Task Order Number: W15P7T-19-F0001Sev1Tech, LLCIVAS Radio Test Engineer:John Tipton, john.d.tipton15.ctr@army.mil, (302) 388-3278Contract Manager: Kate Giebler, kate.giebler@sev1tech.com, (703) 662-9778Contract Number: W15P7T-14-D-A210Task Order Number: W56KGU18F0009Contractor: Booz Allen HamiltonSr. Wireless Communications Engineer: Jack Burbank, jack.l.burbank.ctr@army.mil, Office: (443) 395-7623Sr. Wireless Communications Engineer: Jonathan Glenn, Jonathan.i.glenn.ctr@army.mil, Office: (443) 395-7814Senior Software Engineer: Brian Little, brian.w.little10.ctr@army.mil, Office: (443) 395-7582Contract Manager: Greg Ropinski, gregory.t.ropiski.civ@army.mil, Office (443) 866-1025Sub-Contract Number: 1082-S6-OTA-90001Task Order Number: N/A                        Contractor: Sherpa 6, Inc.Radio FSR: Robert Dwarkin, robert.m.dwarkin.ctr@army.mil, (301) 503-5856Radio FSR: Kenric Yazzie, kenric.yazzie.ctr@army.mil, 360-481-1326Radio FSR: Robert Dalton, robert.m.dalton.ctr@army.mil, 931-494-7607Radio FSR: Zachary Simon, zachary.a.simon.ctr@army.mil, 910-728-9397Contract Manager: Coghlan, Mo, mcoghlan@sherpa6.com, 703-260-8188 x188Agreements Officer Rep (AOR):  Alison Peters, alison.l.peters.civ@army.mil, (703) 704-2149Contract No.: W15P7T-17-D-0147, Task Order Number: W15P7T-19-F0001NetSEA Technologies, LLCITN Test Engineer Cory Blommers, cory.s.blommers.ctr@mail.mil, 254-702-5221Contract Manager:  Michael Zezza, mzezza@netseatechnologies.com, 732-615-8856Other Transaction Agreement (OTA) No: W91CRB-20-90001Augustine Consulting IncOTA Program Manager: Michael Kelly, mkelly@aciedge.com, (910) 322-9907Radio FSR: Terry Sellers, terry.l.sellers2.ctr@army.milAgreements Officer Rep (AOR):  Alison Peters, alison.l.peters.civ@army.mil, (703) 704-2149OTA No: W15QKN-15-9-1004 (National Spectrum Consortium) / Project Number: NSC-19-9000Augustine Consulting IncOTA Project Manager:  Theresa West, twest@aciedge.com; (856) 465-5338Agreements Officer Rep (AOR):  Alison Peters, alison.l.peters.civ@army.mil, (703) 704-21494.3  Company Information.  The response should provide the following information:i. Contact Information:  Company name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact.ii.  Security Clearance:  State the security clearance level of the company facility.4.4 Technical Questions. Respond to the following ten (10) questions:4.4.1 - Describe the current ability of your solution to meet threshold specifications in Section 3.2. 4.4.2 - If your solution does not meet all threshold specifications in Section 3.2 when is expected date specifications will be met?4.4.3 - Describe the current ability of your solution to meet objective specifications in Section 3.2.4.4.4 - Describe your waveform and its ability to meet data transport requirements.4.4.5 - How soon after contract award are you able to begin delivery to the government?4.4.6 - What is your projected maximum production rate per month and how quickly will it take to ramp up to this production capacity?4.4.7 - Describe any testing you have conducted on your proposed solution e.g., Environmental, Electromagnetic Environmental Effects (E3), Electromagnetic Interference (EMI)/Electromagnetic Compatibility (EMC), interoperability, performance.4.4.8 - Provide a brief description of your approach to software/waveform updates and integration of new capabilities.4.4.9 - Describe your product warranty if any.4.4.10 - Describe ability to provide 140 radios bailed to the government for testing by 29 August 2022.5.0 Meetings and DiscussionsThe Government representatives may or may not choose to meet with respondents to this RFI. Such meetings and discussions would only be intended to get further clarification of potential capability to meet the requirements.6.0 QuestionsQuestions regarding this announcement shall be submitted in writing by e-mail to ACC-APG, tan.v.le5.civ@army.mil and nancy.s.williams12.civ@army.mil.  Verbal questions will NOT be accepted.  Questions shall NOT contain proprietary or classified information. 7.0 SummaryTHIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Single Channel Data Radios. The information provided in the RFI is subject to change and is not binding on the Government.  The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.  All submissions become Government property and will not be returned.ATTACHMENTS:Attachment 001 - Common Radio Application Program Interface (API)Attachment 002 - Salient Characteristics

Aberdeen Proving Ground ,
 MD  21005  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : ABER PROV GRD

Classification

naicsCode 334220Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
pscCode 5820RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE