Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2006 FBO #1614
SOURCES SOUGHT

58 -- Transcievers

Notice Date
4/26/2006
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_35A86
 
Response Due
5/8/2006
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems, Charleston (SPAWAR Charleston) is soliciting information for the purpose of identifying potential vendors for AM/FM transceivers meeting ALL of the general requirements identified in the specifications detailed in Attachment 1. In support of Naval air traffic control (ATC) facilities world wide, Naval Aviation Systems Command (NAVAIRSYSCOM) and Office of the Chief of Naval Operations (OPNAV) have equipped Navy and Marine Corps Air Stations with modern radios, including single-channel transmitters and receivers and multi-mode transceivers for both backup and emergency use. NAVAIRSYSCOM and OPNAV have recently undertaken replacement of obsolescent GRT/GRR and URC systems. The purpose of this Space and Naval Warfare Systems Center, Charleston (SSCC) sources sought synopsis is to review available and oncoming technology that will meet Naval ATC backup transceiver communication. Such technology should provide low- cost, high-performance, transceivers with upgrade capability that will replace the remaining AN/GRC-171 UHF and AN/GRC-211 transceivers from among Naval ATC inventories. These radios are used for control tower backup communications in event of remote transmitter or receiver failure, cut cables, or power failure. Through the Next-Generation Air/Ground Communications (NEXCOM) Program, the Federal Aviation Administration (FAA) is addressing the need for enhanced control of traffic via potential use of digital technology solutions and additional VHF channels. FAA may need 300 or more new VHF channels by Year 2010. To maximize channels, separation will be decreased from 25KHz to 8.33KHz. A few VHF transceivers are already offered with optional 8.33KHz channel separation. No known proposals are directed toward more narrow UHF channel separation. Oncoming data-link and digital technology may become increasingly important in handling both continental and intercontinental traffic. Projected benefits include increased controller capacity, reduced pilot deviations, and other enhancements pertaining to free flight. Data-link is also aimed at addressing language issues as nations expand airline service throughout the world. Future use of data link by international traffic will likely impact Fleet Area Control and Surveillance Facilities (FACSFAC), but is not likely to overly affect other Naval ATC facilities in the near term. The long-term driving force for Naval ATC communication sponsors and acquisition teams is foreseen as the need for low-cost technology that will address operational mode options, data link needs, further increased and flexible channelization, and additional upgrade capacity through the software approach. However, near-term Naval ATC communication strategy is foreseen as following a general thrust for adequate discrete voice channels, selectable modes of operation, built-in capability across both UHF/VHF spectrums, and upgrade capacity to data-link. The Navy will continue to rely on analog communications for a significant period, although FAA is currently researching digital communication solutions. Need for upgrade-capable components, compactness, and greater capacity to select operational modes indicate that current Navy ATC GRC-type transceivers will not meet future demands and that acquisition of high-performance, multi- mode replacement transceivers should be undertaken in the near term. General Requirements: Potential vendors should only provide information on equipment that meets ALL of the general requirements and specifications detailed in Attachment 1. The requirements are not all-inclusive but reflect a summary. Do not include any documentation or percentages for any company other than your own. This is an analysis of your company???s abilities and what it can or cannot perform. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an indefinite-delivery, indefinite-quantity, firm-fixed price, commercial type contract, with delivery orders, base year plus four option years. Firms are invited to submit the appropriate documentation as described above in addition to any literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. Responses shall be submitted to SPAWARSYSCEN Charleston, Code 026JL, P.O. Box 190022, North Charleston, SC 29419-9022, or by e- mail to joann.lawless@navy.mil. Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership, indicating the following applicable business types: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, and/or Veteran-Owned Business; (4) number or years in business; (5) two company points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (if available); (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) the percentage of equipment your company alone can provide (do not include any documentation or percentages for any company other than your own ??? no subcontractor information); (9) a list of customers for similar equipment provided during the past five years, including the following: (i) a summary of equipment, (ii) contract number, (iii) contract type, (iv) dollar value for each contract referenced, and (v) a customer point of contact with phone number (this information is required to verify offeror???s performance; the government may contact any reference for further validation). Responses should be provided in MS Word (.doc) or Adobe Acrobat (.pdf) electronic formats. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT, NOR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET-ASIDE BASED ON RESPONSES HERETO. THE APPLICABLE NAICS CODE IS 334220 WITH A SIZE STANDARD OF 750 EMPLOYEES. THE CLOSING DATE FOR RESPONSES IS 08 MAY 2006 AT 2:00 PM (EST).
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=D1B5FC34D653BF418825715C00406D66&editflag=0)
 
Record
SN01035846-W 20060428/060426221305 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.