6 CONS/LGCB at MacDill Air Force Base (Tampa), FL is requesting information on 6 Air Mobility Wind Command Post Communication System. This is a Request for Information (RFI) only. It is NOT a Request for Proposal (or solicitation) or an indication a contractual commitment will exist for this requirement. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR OTHERWISE PAY FOR THE INFORMATION SOLICITED.
This notice is an announcement seeking market information on small businesses capable of providing the services as described herein. The 6th Contracting Squadron is currently conducting market research (Sources Sought Synopsis) to locate qualified, experienced, and interested potential sources. The information requested by this RFI will be used within the Air Force to facilitate decision making and will be disclosed outside the agency. For purposes of this RFI, the North American Industry Classification System (NAICS) code is 517410; Communication Equipment Installation with a small business size standard of $15 MIL. The place of performance for this requirement will be at the 6 Air Mobility Wing Command Post, Bldg 54, MacDill AFB.
USCENTCOM requires BGan INMARSAT to provide data connectivity via internet port and ISDN port for CDR USCENTCOM, while deployed worldwide. This will provide onsite connectivity in countries with no or slow internet
Connections and back up connectivity for Ku-Band operations. This requirement is in conjunction with the CDR Communications team acquisition of new communications kits and will provide the connectivity for these kits.
1. Purchased in conjunction with acquisition of new communications kits. These BGan's will provide the connectivity for data communications where slow or no internet exists and provides back up to CDR's main Ku-Band communications connectivity.
2. Provide worldwide data connections via Internet port (RJ45) and ISDN port (RJ45)....
3. Small, lightweight, manpack transportable, suitable for transport to process data and phone calls from austere locations.
4. Will replace current Gan Inmarsats (ISDN voice and data only (RJ45)) and standard Aero Inmarsat (Voice only (RJ45)).
5. Must have removable base from antenna for placement on hotel roof or other area's to power system and afford more protection of system. The following list identifies the additional components required:
-Part # SMN-27800
-QTY 1
-Item Description
Explorer 700 with Transceiver and Antenna,
Li-ion battery, AC/DC power adapter.
Ethernet/ISDN Cable, 1 Meter USB Cable
1 Meter USB Cable, Antenna cable 41.5cm
Antenna cable 10m, Manual and Drivers on
CD-ROM, Instruction kit, Includes 2 year
Warranty/maintenance program included
-Part # SMN-25603
-QTY 12
- Item Description
T&T BGAN Explorer 110 system, includes,
Explorer 110 Antenna unit, Explorer 110
Interface unit, Ethernet cable, 2m, AC/DC
Power adapter, battery package, Document Package incl CD
Interested organizations may submit their capabilities, and qualifications to perform the effort in writing to the identified point of contact no later than 1:00 PM EST, 12 February 2009. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Firms responding to this RFI are asked to provide the following information in their initial response: company's full name, business size to include small business size categories, i.e., 8(a), Service Disabled-Veteran Owned Small Business, HUBZone, etc., GSA Schedule or Government Wide Acquisition Contract (GWAC) number (if applicable), CAGE Code, DUNS number, address, point of contact, and a clear indication as to whether or not they can provide the service the government is seeking. As industry may expect to see portions of submitted information in future solicitations, portions of the response containing proprietary information should be clearly marked as such. Information submitted will not be returned to the respective respondents. Oral submissions of information are not acceptable and will not be accepted in response to this notice. The POC for this RFI is SSgt Nicholas Turner, Contracting Specialist. Interested parties capable of performing this requirement should send responses to: [email protected] or FAX to (813) 828-5111.