Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOURCES SOUGHT

A -- RFI FOR SINGLE-CHANNEL, SCA-COMPLIANT RADIO FOR INCLUSION IN THE RIFLEMAN RADIO IOT&E

Notice Date
3/25/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center San Diego, 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
SSC-Pacific_MKTSVY_7060A
 
Response Due
5/15/2009
 
Archive Date
5/30/2009
 
Point of Contact
Point of Contact - Diane Thornewell, Contract Specialist, 619-524-7387<br />
 
Small Business Set-Aside
N/A
 
Description
1.1 The Space and Naval WarfareSystems Center, Pacific (SSC), in support of Joint Program Executive Office (JPEO) Joint Tactical Radio System (JTRS), seeks information to identify possible sources to provide a single-channel, Software Communications Architecture (SCA) compliant, standalone networking radio for inclusion in the Rifleman Radio Initial Operational Test and Evaluation (IOT&E) in 2QFY2010 along with the program of record development radios. The JTRS Ground Domain plans to conduct a full and open competition for full rate production of this radio. We are providing interested parties the opportunity to participate in the program testing during IOT&E should an interested party demonstrate that their radio meets the requirements defined in paragraph 2. Any identified radios must meet the same standards/requirements as the program of record radios and demonstrate compliance with these standards/requirements prior to the IOT&E. Examples of activities to be completed prior to IOT&E include, but are not limited to, National Security Agency (NSA) certification, Joint Interoperability Test Center (JITC) testing, Developmental Testing (lab and field testing in a relevant environment), and JTRS Test and Evaluation Lab testing. The Government will not be liable for any expenses incurred by interested parties during these activities. 1.2 Upon completion of the Government review of information submitted in response to this RFI, JPEO JTRS will hold an industry conference for those interested in participating in either the IOT&E or the full rate production competition. This conference will provide more detailed information for prospective offerors and it is nominally planned for 30 April 2009. We are soliciting responses from all interested parties on behalf of the JTRS Ground Domain located in San Diego, California. 1.3 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 a RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. 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 partys expense. Not responding to this RFI will not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website and the SPAWAR E-Commerce Central website at https://e- commerce.spawar.navy.mil. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0 Requirements/standards documentation will be made available for review at the JPEO JTRS facilities in San Diego, CA. To obtain access to this information contact Mr. Vic Popik at victor.popik@navy.mil. 3.0 Responses 3.1 Interested parties are requested to respond to this RFI by submitting a white paper no longer than 25 pages in length. Responses should address how the interested party will meet the requirements and demonstrate compliance on a timeline to participate in this IOT&E. In some cases, the Government may allow/request additional information (clarification). 3.2 White papers must be in Microsoft Word for Office 2000 or later compatible format and are due no later than 1500 PST 7 April 2009. Responses shall be submitted via the e-commerce website. Industry is welcome to address all of the questions in section 2 of the RFI or a portion thereof; if addressing only a portion of the questions, please ensure that your response clearly identifies which questions are being addressed. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Data marked proprietary will be protected in accordance with all applicable statutes and regulations. Industry is advised that the Government will not individually grade and return responses. 3.3 The following is a list of support contractors that the Government will potentially use to assist in the evaluation of the white papers: Booz Allen Hamilton, Client Solution Architects (CSA), G2 Software Systems, Science Applications International Corporation (SAIC), Janus Research, and Sentek. The Government requests any party submitting a white paper in response to this RFI to expressly state on the cover page of its white paper that the Government may release the white paper to the parties identified above for the sole purpose of assisting the Government in the review of the white paper. In the absence of such a statement, the Government will assume the responder does NOT agree to the release of its submission to Government support contractors. 3.4 In addition to addressing the items in section 2 of this RFI, the white paper shall also provide administrative information, to include at a minimum, the name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. Administrative information should also contain current JTRS related contract vehicles held by the respondent and the corresponding Government Contracting Officers contact information. The applicable NAICS Code is 334220. All industry respondents should indicate their business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran- owned small business, service- disabled veteran-owned small business). Small business concerns are defined as a concern, qualified as a small business under the criteria and size standards in 13 CFR part 121. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. 4.0 Questions: Questions regarding this announcement shall be submitted in writing. Verbal questions will NOT be accepted. Questions should be submitted to Mr. Vic Popik, 33000 Nixie Way, San Diego, CA 92147 or via email at victor.popik@navy.mil. 5.0 Summary: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to obtain information relevant to the JTRS Ground Domain product line described above. The information provided in the RFI is subject to change and is not binding on the Government. SPAWAR has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Submissions will not be returned.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3c9e0cbd355a16a0b5aca2f96e9a2b3e&tab=core&_cview=1)
 
Place of Performance
Address: 33000 Nixie Way , San Diego CA<br />
Zip Code: 92147<br />
 
Record
SN01776933-W 20090327/090325215055-3c9e0cbd355a16a0b5aca2f96e9a2b3e (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.