Federal Bid

Last Updated on 02 Oct 2020 at 2 PM
Sources Sought
Lakehurst New jersey

NAWCAD WOLF SATCOM UHF Amplifier and Diplexer

Solicitation ID N68335-21-RFI-0013
Posted Date 02 Oct 2020 at 2 PM
Archive Date 22 Oct 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navair Warfare Ctr Aircraft Div Lke
Agency Department Of Defense
Location Lakehurst New jersey United states 08733

Request for Information (RFI)

SATCOM UHF Amplifier and Diplexer

Naval Air Warfare Center Aircraft Division

Webster Outlying Field

RFI Number:  N68335-21-RFI-0013

Classification Code:  5895; Miscellaneous Communication Equipment

NAICS Code(s):  334290; Other Communications Equipment Manufacturing

REQUEST FOR INFORMATION

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 REQUIREMENTS

The Naval Air Warfare Center Webster Outlying Field Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial-Off-The-Shelf Satellite Communication (SATCOM) RF amplifier and diplexer solution. The SATCOM Ultra High Frequency (UHF) amplifier capability must provide dual SATCOM simultaneous transmission with a minimum of seventy-five (75) watts power. The SATCOM diplexer capability must simultaneously transmit and receive for two tactical SATCOM transceivers using a single antenna. (The SATCOM transceivers are HARRIS, AN / PRC-117G and are not part of this procurement.)

RESPONSES

Requested Information

Section 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:
     

    1. Transmit and Receive Frequency Ranges (in Megahertz (MHz))
    2. Output power capabilities (in Watts)
    3. Power amplification capabilities
    4. Modulation acceptance
    5. System noise figure (in Decibels (dB))
    6. Preamplifier
    7. System gain (in dB)
    8. Description of operational controls and capabilities
    9. Safety feature capabilities
    10. Power source requirements and capabilities
    11. Protection capabilities
    12. Dimensions (in inches)
    13. Weight (in lbs.)
    14. Mounting capabilities
    15. Input/output interfaces (hard-wired and wireless)
    16. Transportability
    17. Cooling capabilities
    18. Method of configuration (front panel or external device such as a PC)
    19. Ease of Operation and any included network management tools
    20. Operational limitations and characteristics in different environments (open sea, farm, forest, suburban, and dense urban)
    21. Environments and platforms in which the solution has been used
    22. Ancillary equipment required, if any
    23. Date of delivery of the first unit
    24. Date of delivery of most recent unit
    25. 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 INFORMATION

In 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 (Beta SAM) website: www.beta.sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

HOW TO RESPOND

Interested 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 [email protected].  Proprietary information, if any, should be minimized and must be clearly marked.  Responses are due no later than 07 October 2020, 2:00 P.M. EST.

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 Beta System for Award Management (Beta SAM) website: www.beta.sam.gov.  It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

Bid Protests Not Available

Similar Past Bids

Saint inigoes Maryland 15 Jul 2021 at 3 AM
Pax West virginia 02 Aug 2016 at 9 PM
Patuxent river Maryland 25 Feb 2021 at 5 PM
Saint inigoes Maryland 08 Jan 2024 at 5 PM
Bethesda Maryland 26 Jun 2012 at 5 PM

Similar Opportunities

Lakehurst New jersey 10 Jul 2025 at 8 PM
Lakehurst New jersey 11 Jul 2025 at 8 PM
Lakehurst New jersey 11 Jul 2025 at 8 PM
Saint inigoes Maryland 30 Jul 2025 at 4 PM
Lakehurst New jersey 10 Jul 2025 at 8 PM