Ground Vehicle Mobile SATCOM Transceiver Solution

expired opportunity(Expired)
From: Federal Government(Federal)
N68335-18-R-0192

Basic Details

started - 08 Jun, 2018 (about 5 years ago)

Start Date

08 Jun, 2018 (about 5 years ago)
due - 13 Jun, 2018 (about 5 years ago)

Due Date

13 Jun, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
N68335-18-R-0192

Identifier

N68335-18-R-0192
Department of the Navy

Customer / Agency

Department of the Navy
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.

PURSUANT 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 Aircraft Division (NAWCAD), Special Communications Mission Solutions (SCMS) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf (COTS) ground vehicle mobile SATCOM transceiver solution. Mobile SATCOM transceivers provide tactical users the ability to increase their situational awareness (SA), send tactical messages, and report enemy positions. The mobile transceivers are required to be vehicle-based and must allow Special Operations Forces (SOF) to securely transmit Position Location Information (PLI) during combat missions. The SATCOM transceivers are required to operate on commercial L-band satellites, include AES encryption, and utilize the Blue Force Tracking network.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).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:1. Size/dimensions in inches2. Weight in pounds3. Operational temperature range4. Storage temperature range5. Acceptable relative humidity6. Compliance with any Military Standards (MIL-STD)7. Network configurationa. Waveformsb. Topologyc. Throughput8. PLI Latency and supporting documentation9. Encryption capability (include any NSA or FIPS approvals/certifications)10. Other certifications, as applicable11. Ancillary equipment, such as antenna and cables12. Total quantity of units sold to date13. Date of delivery of the first unit14. Date of delivery of most recent unit15. Basic and extended warranty information• If 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 Federal Business Opportunities website: www.fbo.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 michael.t.miller7@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 13 June 2018.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 Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.Contact Information: Michael Miller, Email michael.t.miller7@navy.mil Office Address :Contracts DepartmentHwy. 547 Attn:B562-3C Lakehurst NJ 08733-5083 Location: Naval Air Warfare Center Aircraft Division Lakehurst Set Aside: N/A

Naval Air Warfare Center Aircraft Division LakehurstLocation

Address: Naval Air Warfare Center Aircraft Division Lakehurst

Country : United States

You may also like

Iridium Satcom Repeaters

Due: 08 May, 2024 (in 3 days)Agency: DEPT OF DEFENSE

Mobile Emergency Response Vehicles

Due: 22 May, 2024 (in 17 days)Agency: Cook County

MOBILE/PORTABLE RADIOS & ACCESSORIES

Due: 30 Sep, 2024 (in 4 months)Agency: BUREAU OF INDIAN AFFAIRS

Please Sign In to see more like these.

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

Classification

NAISC: 334220 GSA CLASS CODE: 58