Federal Bid

Last Updated on 04 Jun 2014 at 8 AM
Sources Sought
Location Unknown

Radio and Radio Equipment

Solicitation ID FA2521-14-Q-B123
Posted Date 13 May 2014 at 12 PM
Archive Date 04 Jun 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2521 45 Cons Lgc
Agency Department Of Defense
Location United states
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and is not to be construed as a commitment by the Government.

The solicitation number FA2521-14-Q-B123 shall be used to reference any written responses to this sources sought.

Patrick Air Force Base anticipates a requirement that may be considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 334220. The size standard for NAICS is 750 employees.

The part numbers listed below are Harris Corporation equipment.

Item P/N Description Quantity Unit
1 RF-7800UL-V150 SYSTEM, SINGLE 50W 1 EA
L-BAND MPVEHICULAR,NO R/T
2 12006-9001-01 ANTENNA, BOLT MOUNT, 1 EA
X-WING, SOTM
3 RF-3070-AT242 ANTENNA, L1/L2 ACTIVE GPS, 1 EA
SOLDIER
4 RF-3150-AT152 ANTENNA, VHF, 1 EA
30MHZ - 108MHZ, MANPACK
5 RF-3164-AT122 ANTENNA, 225MHZ - 450MHZ, 1 EA
MANPACK
6 RF-3165-AT122 ANTENNA, 225MHZ - 2000MHZ, 1 EA
MANPACK
7 RF-3183-AT001 ANTENNA, VEH, GREEN, 1 EA
BNC, 30-512 MHZ, GPS, DPX
8 RF-3184-AT320 ANTENNA, 225MHZ- 1 EA
450MHZ,VEHICULAR, DIPOLE, GREEN
9 RF-3187-AT320 ANTENNA, VEHICULAR, 1 EA
30-2000MHZ, MB, GREEN
10 RF-3187-AT324 ANTENNA, VEHICULAR, 1 EA
30-2000MHZ, MB, TAN
11 RF-3193DB-AT520 TACTICAL TRIPOD ANT SET, 1 EA
30-88,108-512 MHZ,GREEN
12 RF-5910-PS005 BATTERY ELIMINATOR, 1 EA
FIIITRANSCEIVER
13 RF-6705-SW001 TACTICAL CHAT IP SOFTWARE 1 EA
14 RF-6760W-03EN WIRELESS MESSAGE 1 EA
TERMINAL
15 RF-3590-RT200 TABLET, RUGGEDIZED, 1 EA
BROADBAND
16 AN/PRC-117G(V)1(C) RADIO ASSY TYPE 1 2 EA
MULTIBAND MANPACK W/GPS, WWB. SUPPLY
COMSEC/DODACC/KLIF
17 12043-8940-0005 SW, FACTORY OPTION, P25 2 EA
18 12043-8940-0007 SW, FACTORY OPTION, 2 EA
P25OTAR
19 AN/PRC-152A(V)4(C) RADIO 152A 2 METER, GPS 4 EA
20 12041-2200-02 BATTERY PK, RECHARGEABLE 3 EA
5.8AHR LITH ION, GRN
21 RF-5853-CH102 TWO BAY BATTERY CHARGER 3 EA
HANDHELD BATTERY
22 12104-8940-0001 SW OPTION, P25 WAVEFORM 4 EA
(FACTORY-US)
23 12104-8940-0022 SW OPTION, P25 OTAR 1 EA
(FACTORY-US)
24 RF-300W-TV001 SYSTEM, WB TVA W/O RADIO 1 EA
25 RF-5980-SA001 SPEAKER, TACTICAL 1 EA
26 10535-0707-A020 SPEAKER AUDIO CABLE 1 EA
27 10535-0706-A020 SPEAKER PWR TO DC 1 EA
SPLITTER BOX
28 11075-4960-01 JUNCTION BOX 1 EA
29 10570-0716-A006 CABLE ASSY, RF 5055 2 EA
30 RF-5061-PS001 POWER CONVERTER 1 EA
31 RF-390-AT001 ANT, VEH, GRN, DPX 1 EA
32 10369-7211-20 CABLE ASSY, N TO BNC 2 EA
33 RF-292 ANTENNA MAG MOUNT 1 EA

The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision."

As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.

Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.).

All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort.

Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.

Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date.

Responses may be submitted electronically to the following e-mail address: [email protected]; by mail to 45 CONS/LGCB, Attn: FA2521-14-Q-B123, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843.

RESPONSES ARE DUE NO LATER THAN 20 May 14.

Bid Protests Not Available

Similar Past Bids

Location Unknown 01 Jul 2014 at 6 PM
Little rock air force base Arkansas 10 Jun 2024 at 7 PM
Location Unknown 14 Sep 2012 at 7 PM
Wichita Kansas 09 Sep 2016 at 10 PM

Similar Opportunities

Pennsylvania 03 Aug 2025 at 4 AM (estimated)
Pennsylvania 03 Aug 2025 at 4 AM (estimated)