SPECIAL NOTICE
A -- Line of Sight (LoS) Software Defined Radio (SDR) and Waveform
- Notice Date
- 5/7/2025 7:56:30 AM
- Notice Type
- Special Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-25-R-0025
- Response Due
- 6/9/2025 8:30:00 AM
- Archive Date
- 06/24/2025
- Point of Contact
- Monique K. Jefferson, Phone: 520-671-3166, Sharon A. Peterson, Phone: 5206714110
- E-Mail Address
-
monique.k.jefferson.civ@army.mil, sharon.a.peterson15.civ@army.mil
(monique.k.jefferson.civ@army.mil, sharon.a.peterson15.civ@army.mil)
- Description
- This is a Request for Information (RFI) to be used for market research purposes. This is not a Request for Proposal (RFP). This notice is issued solely for informational and planning purposes, and it does not constitute a promise to issue an RFP in the future. Responses to this RFI are not considered offers or proposals and the Government will not award a contract based on this RFI. The Government is not soliciting for proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for the information submitted in response to this RFI or any costs incurred in responding to this RFI. All costs associated with responding to this RFI will be solely at the interested parties' expense. It is the responsibility of the potential responder to monitor the website for additional information pertaining to this requirement. The Government is requesting interested sources to provide: A technical white paper which describes approaches (products, services, unique capabilities) available to meet the specific technical requirements described below. Technical white paper shall not exceed ten (10) pages and should be submitted in PDF format. Company capability overviews/briefings that describe the organizational profile, experience, and expertise relevant to the requirements, and potential contractual approaches to this effort. Company capability overviews/briefings shall not exceed 15 pages and should also be submitted in PDF format. Both documents shall be submitted electronically to the ACC-APG relevant Contracting Officer/Contract Specialist(s) specified elsewhere in this RFI. Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation (18 U.S.C. �1905) to protect confidential information provided to the Government. Pursuant to this statute, the USG is willing to accept any trade secrets or proprietary restrictions placed upon data presented in response to this survey and to protect such information from unauthorized disclosure, subject to the following: Data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified on what data is proprietary. Mark only data that is truly confidential. Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis. Do not submit any classified data in response to this market survey. Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: ""PROPRIETARY PORTION BEGINS"" and ""PROPRIETARY PORTION ENDS."" Please be advised that all submitted responses become Government property and will not be returned. Because responses may be reviewed by contracted technical support personnel within the Government, who are covered under the terms of the PM MC Non-Disclosure Agreement (NDA), respondents should confirm that the release of proprietary documentation to said individuals or organizations is acceptable. Description: PM Mission Command (PM MC) is seeking a vendor to provide Software Defined Radio (SDR) hardware and the capability to port existing terrestrial waveforms onto the SDR, for use as a line-of-sight communications pathway between Mounted Mission Command - Transport transceivers. The Government is seeking information about SDR solutions and/or company capabilities related to: Technology Readiness Level (TRL) of SDR hardware Whether your products have taken part of formal Government developmental test events Ability to deliver an SDR with an envelope size that is approximately 6.25� x 4.10� x 0.7� in dimension SDR support for multiple channels to support waveforms that have MIMO attributes Whether alternative waveforms can be ported to SDR hardware without restriction, support, or subject matter expertise required from your company SDR is ruggedization, meeting AR 70-38 and MIL-STD-810H Methods 501 & 502 for cold and hot climatic as well as MIL-STD-810H Method 516 for operational shock and vibration requirements associated with tracked vehicles Whether SDR can be embedded in solutions provided by other vendors, with example(s) SDR power draw (from the host platform it is embedded in) specifications SDR power and data connectors and whether they are non-proprietary Whether the SDR uses non-proprietary, standards-based protocols for signaling and power negotiation Frequency bands, bandwidth, and quantization your SDR is capable of operating in SDR support for hopping waveforms and if there are any tuning restrictions between bands, if multiple bands are supported The Government is seeking information about terrestrial waveform solutions and/or company capabilities related to: TRL of your waveform, with justification Whether terrestrial waveforms have taken part of formal Government developmental test events Waveform detection or jamming protections. Provide evidence via reference to Government-led testing. (Note: Do not include classified details about these attributes.) Describe the number of nodes your waveform is designed to support in a network Describe how the interface for the waveform is non-proprietary Government Rights to the waveform (GPR, Unlimited, Restricted, etc.) Administrative Information: Any formal communication, such as requests for clarification, discussions, industry questions, and information concerning this notice shall be submitted in writing via email to the cognizant Contract Specialist. Responses should include the information below: Company Information: Company Name: Mailing Address: Commercial and Government Entity (CAGE) Code: Company Website(s): Data Universal Numbering System (DUNS) Number: North America Industry Classification System (NAICS) number: Business size and eligibility under USG socio-economic programs and preference: Cost system certified by the Defense Contract Audit Agency (DCAA): Company size and active System for Acquisition Management (SAM) information: Company Point of Contact: Name Title Company Responsibility/Position Mailing Address Telephone Number E-Mail Address Interested vendors should submit responses to the relevant Contracting Officer/Contract Specialist(s) no later than 30 days after the publication date of this RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1bcefae9c6ac4f72bff598b4ce0cd314/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07433764-F 20250509/250507230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |