This is a Notice of Proposed Contract Action under FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This notice is for information only; a solicitation will not be issued. THIS IS NOT A REQUEST FOR PROPOSAL. The associated North American Industry Classification System (NAICS) code is 334220 with a size standard of 1250 employees.
AFRL/RIGB requires Quad-Channel and Eight-Channel Software-Defined Radios (SDR) to support Developmental Test (DT) and Operational Test (OT) of Radio Frequency (RF) mission capabilities achieved through an N-Channel (N=8) digital transceiver system and Digital Signal Processing (DSP) system relevant towards Electronic Warfare (EW) objectives. The required systems combine performance specifications, software-programmability, open architecture, environmental ruggedness with the software-defined networking and multi-core DSP necessary to support D/OT&E activities from mobile ground and small unmanned aerial systems (SUAS), Airborne Manned Surveillance Aircraft and Manned Tactical Aircraft (TACAIR).
This equipment will be paired with equipment already owned by the Agency.
The specifications of the required items are as follows:
Item 0001
• Four (4) SYMPHONY HTLx+-TP, Miniature Quad Transceiver Core Systems packaged in Rugged, Conduction-Cooled Mobile/Tactical Enclosure
• 4 Independent or Phase-Coherent Receive/Transmit (Rx/Tx) Channels
• 2 MHz - 18,000 MHz Rx/Tx Tuner/Exciter Range, each Channel
• 100 MHz Instantaneous Bandwidth Rx/Tx, each Channel
• 1x Gigabit Ethernet Control/Data Input/Output (I/O)
• 2x SFP+ 10 Gigabit Ethernet Data I/O
• Serial & General-Purpose I/O
• Altera Stratix 10 SG280 SoC (GX2800 FPGA) for 100 MHz DSP
• PolyPNTR-based SAASM GPS, INS, LN-CSAC
• MIL-STD-810G Tested for High/Low Temperature, Shock, Vibration, Humidity, Drop, Dust/Sand and Rain
Item 0002
Two (2) SYMPHONY DualPack Plus, Rugged, Conduction-Cooled Rackmount Enclosure Systems, each supporting up to two SYMPHONY HTLx+ (S10 based) Radio Frequency (RF) Cores and one SYMPHONY Dual Signal Processing Core System
• Supports 8 Rx/Tx Channels, 2-18000 MHz Frequency Range
• Supports 100 MHz/Channel Instantaneous Bandwidth
• PolyPNTR-based SAASM GPS, INS, LN-CSAC with common Position, Navigation, Timing (PNT) References and N-Channel Coherence across RF Cores 1 & 2 as well as additional DualPack Plus
• Single Board Computer (SBC) for Transceiver, Antenna, Amplifier and Rackmount Command, Control (C2) & Cybersecurity with Secure Boot, Removable SSD, HW Encryption, ATA Security Erase and HW Zeroization Features (Panic Support/Secure Erase)
• Bulk Encryption Device
• Cross-Domain Guard Solution (CDS)
• Wideband Recorder
• PCIe & Thunderbolt 3 Support
• MIL-STD-810G Tested for High/Low Temperature, Shock and Vibration with Performance for Medium-Altitude Flight in Tactical Aircraft
Item 0003
Two (2) SYMPHONY HTLp-TP Dual Signal Processing Core Systems
• Supports 8 Rx/Tx Channels, 2-18000 MHz Frequency Range
• Supports 100 MHz/Channel Instantaneous Bandwidth
• Quad Computer for Processing, Antenna, Amplifier and Command, Control (C2) & Cybersecurity with Secure Boot, Removable SSD, HW Encryption, ATA Security Erase and HW Zeroization Features (Panic Support/Secure Erase)
• 1/10 Gigabit Ethernet (1/10 GigE) Switch for 1 GigE C2 and 10 GigE Data Coherence and Distribution
• Cables and connectors
• MIL-STD-810G and MIL-STD-461G Tested
The Government intends to negotiate a sole-source contract for the purchase of the items described above with: Herrick Technology Laboratories, Inc. (HTL), 20201 Century Boulevard Suite 200, Germantown, MD 20874.
The Government has made a determination that no other source can meet this requirement. HTL is the only known manufacturer of the required items which are compatible and interoperable with AFRL's previously purchased systems. Alternatives offered by other sources would require modifications and extensive additional integration with existing antenna arrays and rugged mission computers, whereas acquisition of the above items will ensure immediate interoperability with an existing investment. Use of alternatives offered by other sources would result in the Government experiencing a duplication of costs not expected to be recovered through competition.
This is a notice of proposed contract action and NOT a request for competitive proposals. However, all responsible sources may submit a capability statement or proposal, which shall be considered by the agency. Responses to this notice must be submitted by the date/time listed on the notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements.
Responses received will be evaluated however a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. The Government anticipates an award date on or before 30 September 2018.
A Sole Source Justification will be attached to the subsequent Notice of Award in accordance with applicable regulation.
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate
26 Electronic Parkway
Rome, New York 13441
United States
Bid Protests Not Available