Emitter Range

expired opportunity(Expired)
From: Federal Government(Federal)
W911S2-20-U-EMIT

Basic Details

started - 02 Dec, 2019 (about 4 years ago)

Start Date

02 Dec, 2019 (about 4 years ago)
due - 17 Dec, 2019 (about 4 years ago)

Due Date

17 Dec, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W911S2-20-U-EMIT

Identifier

W911S2-20-U-EMIT
DEPARTMENT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709397)DEPT OF THE ARMY (133179)AMC (72647)ACC (75026)MISSION & INSTALLATION CONTRACTING COMMAND (25843)419TH CSB (14436)W6QM MICC-FT DRUM (11696)
[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.

THIS IS A Sources Sought Notice ONLY.  The U.S. Government desires to procure emitter range equipment 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 Government wide Point of Entry.  It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.  The anticipated NAICS code(s) is 334220 Transceivers manufacturing with a size standard of 1,250 employees.The following hardware and features are required for this equipment.An electronic warfare (EW) capability that will enable units, and components services to conduct multi-domain training with a realistic contested electromagnetic environmentTransceiver:  A software defined radio transceiver capable of receiving and transmitting radio frequencies (RF) 30 MHz – 6 GHz.  Desired target waveforms include tactical digital and analog push to talk radios and pulsed RADAR and unmanned aerial surveillance data links.  This transceiver must have a sensitivity to receive signals at -100dB strength across the frequency range and be able to transmit at a minimum of 200 watts across the frequency range.  External amplifiers may be used to achieve this threshold.  Software defined radios should meet MIL-SPEC standards and be able to be mounted in tactical military vehicles.  20x software defined radios are requested. Antennas/Cabling.  Omnidirectional antennas must be provided that allow for maximum gain throughout the frequency band (minimum of 3dBi) and to achieve -100dB receive sensitivity across the desired frequency range.  Directional antennas are required to produce a minimum of 3dBi across the frequency range and support minimum 200 watt output.  Omnidirectional antennas must be able to be mounted on standard military vehicles.  Directional antennas must be able to be rapidly setup on tripod mounts in close proximity (no more than 10 feet) to a military vehicle with a cable line loss that does not exceed 1dBi.  Direction Finding (DF) antenna arrays are required to locate target devices with an average accuracy of +/- 5 degrees of error. All cabling and antenna connectors must be MIL-SPEC compliant.  1x omnidirectional receive/transmit antenna, 1x directional transmit antenna, and 1x DF array are requested per software defined radio. c.  Mission Command/User Interface. Ruggedized laptops will be required with software capable of providing a user interface with the system and provide re-programming capabilities. User interface should allow operator to program the transceiver by frequency, bandwidth, pulse, and dwell periods. The interface should also allow the operator to characterize and identify signals with the same parametric information (waterfall or spectrum view). The software should allow operators to create frequency lists and bands of interest. The software should also allow operators to verify system status (when transmitting and when receiving) and health information in order to conduct troubleshooting. The software should also provide a running log of missions and mission data that can be converted to common file formats (csv, ppt, etc.) and retrieved for post mission after action reviews. QTY requested is 1x mission command terminal per transceiver. Laptops must be ruggedized and be compliant with MIL-SPEC standards. d. Size, Weight, and Power (SWaP).  Transceivers must be configurable for a mounted military tactical vehicle (HMMWV or MATV) and be able to be powered from a 3kW military generator and run off of tactical military vehicle.  Antennas should come with mounts for military tactical vehicles.  Laptop with user interface must be able to be powered by military tactical vehicle or military generator.  Power inverters may be provided to draw power from vehicle battery.  All equipment must meet MIL-SPEC standards. 4.  Equipment Authority to Operate:  Equipment provider must follow the process outlined in Army Regulation 5-12 Army Use of the Electromagnetic Spectrum and submit a DD 1494 form and Spectrum Supportability Risk Assessment (SSA) to the Army Spectrum Management Office (ASMO) to gain approval to operate the equipment.5.  Equipment processing:  Laptop/User interface and transceiver system must be capable of processing up to SECRET level of information and possess government encryption standards for this level of information.6.  Fort Drum Audiovisual Support Center (TASC) personnel and military occupational specialty (MOS) 17 series Soldiers will require training to configure and mount transceivers and antenna on existing unit military vehicles and to operate, maintain, and troubleshoot equipment.  Technical manuals should be provided with operation and troubleshooting procedures. 7.  Personnel Support:  All personnel supporting training and vehicle integration must have clearance and access to fort drum installation and training areas. All personnel must possess a minimum SECRET clearance.8.  Equipment Sustainment:  Equipment must be initially fielded with spares of major items (radio transceivers) and sub-component items (cables and connectors).  All items must have part numbers that allow for Army supply to order replacement parts as necessary 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 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 Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, 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 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.

13602  USALocation

Place Of Performance : N/A

Country : United StatesState : New YorkCity : Fort Drum

Classification

naicsCode 334220Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
pscCode 5840Radar Equipment, Except Airborne