Frontgrade Technologies Inc. brand name UHF SATCOM antennas and carrying cases

expired opportunity(Expired)
From: Federal Government(Federal)
N6833524R0124

Basic Details

started - 20 Mar, 2024 (1 month ago)

Start Date

20 Mar, 2024 (1 month ago)
due - 25 Mar, 2024 (1 month ago)

Due Date

25 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
N6833524R0124

Identifier

N6833524R0124
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708891)DEPT OF THE NAVY (156966)NAVAIR (14274)NAVAIR NAWC AD (6984)NAVAIR WARFARE CTR AIRCRAFT DIV (3079)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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) Frontgrade Technologies Inc. brand name UHF SATCOM antennas and carrying casesNaval Air Warfare Center Aircraft DivisionWebster Outlying Field_____________________________________________________________________________RFI Number: N68335-24-RFI-0124Classification Code: 5985 – Antennas, Waveguides, and Related EquipmentNAICS 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) Special Communications Mission Solutions (SCMS) Division is soliciting information and comments from industry on its ability to provide Frontgrade Technologies Inc. brand name Ultra-High Frequency (UHF) Satellite Communications (SATCOM) antennas and carrying cases to support the Radio Integration System (RIS) Family of Systems (FoS) 4.0 Specialized Mobile Radio Transit System – Base (SMRTS-B).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.)OperationFrequencies supportedHemispherical coverageGood gain at low elevationMinimum Voltage Standing Wave Ratio lossesMinimum and maximum operating and storage temperatures (in Fahrenheit)Humidity range in relative humidity (operating & non-operating)FeaturesDimensions (height x width x depth)Mounting footprintEnvironmental conditionsConnectorsPowerOtherPowerOther 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 may not be returned. Respondents may 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. 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.civ@us.navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 25 March 2023, 3:00 P.M. EDT.Responses to this RFI may not be returned. Respondents may not be notified of the result of the review. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

LKE. JB MDL BLDG 271 HIGHWAY 547  JOINT BASE MDL , NJ 08733  USALocation

Office Address : LKE. JB MDL BLDG 271 HIGHWAY 547 JOINT BASE MDL , NJ 08733 USA

Country : United StatesState : New JerseyCity : Lakehurst

Classification

naicsCode 334220Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
pscCode 5985Antennas, Waveguide, and Related Equip-ment