Iridium Antennas
SOURCES SOUGHT/REQUEST FOR INFORMATION The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting market resear... SOURCES SOUGHT/REQUEST FOR INFORMATION The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of providing the brand name or equal requirement described below: IRIDIUM RECEIVER TRANSMITTER IRT-2100: Rockwell Collins PN 822-2834-002, Qty. 1 or equal. •· IRIDIUM SIM MODULE, ICM-2100: Rockwell Collins PN 822-2836-001, Qty. 1 or equal IRT Specifications •· Dual- channel device •· Incorporates a single Iridium transceiver (LBT) for global voice and data communications and a Short Burst Data (SBD) modem dedicated to data link services •· Provides connections to customary and standard flight deck voice and data systems. •· Support Future Air Navigation System (FANS) and Aircraft Communications Addressing and Reporting System (ACARS) requirements •· Offers flexible telecom connections through standard 2-wire "Tip and Ring" circuits or 4-wire audio connections. (Includes intercom calling, call transfer, conferencing, follow-on dialing) •· Meets all of the standards and compliances to support installations and certification on any aircraft model. Voice and data circuits •· IRT 2110 (1 ea.) Iridium LBTs •· (1 ea.) Short Burst Data (SBD) modem •· (4 ea.) 2-wire "Tip and Ring" telephony ports •· (6 ea.) ARINC 429 receive circuits (low- or high-speed configurable) •· (3 ea.) ARINC 429 transmit circuits •· (8 ea.) Discrete input circuits (software configurable) •· (8 ea.) Relay driven output circuits (configurable) •· (2 ea.) 4-wire audio circuits with hook and ring signals •· (1 ea.) RS-232 serial data port •· (1 ea.) Serial port for connection to External Configuration Storage (CISI) device •· 2 DPL circuits for connection to external SIM reader (ICG CIM) •· (1 ea.) RJ-11 test jack •· (1 ea.) USB maintenance jack Telephony/audio services •· Three-party conferencing •· Intercom calling •· Automatic Gain Control (AGC) •· Digital echo suppression for 2-wire telephone circuits. •· Follow-on dialing (not included in MCDU dialed calls) •· TRANSMITTER/RECEIVER, Traffic Allert and Collision Avoidance System (TCAS) - TTR-4100: Rockwell Collins PN 822-3075-001, Qty. 1 or equal. •· Provides aircraft detection and automated resolution advisories •· Aural and visual alerts Key Features •· TCAS II Version 7.1 compliant, meeting the latest mandates for traffic advisory and resolution systems •· ADS-B In* provisioned, with growth to NextGen airspace capabilities •· Certified by FAA TSO C119C, DO-185B, DO-178B, DO-254 and DO-160F •· Certified by EASA TSO C119C, ED-143, ED-12B, ED-80 and ED-14F •· 30-target display capability, enhancing safety in congested airspace •· 30 to 40 NMI traffic surveillance range, improving pilot situational awareness •· 5-degree RMS bearing, accuracy, 10 peak All interested vendors shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, with a size standard of 1250 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 15 pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses may be submitted electronically to the following e-mail address: anthony.saporito@us.af.mil. Correspondence sent via email shall contain a subject line that reads "FA2823-19-Q-0052, Iridium Antennas." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted. All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. Only government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. RESPONSES ARE DUE NO LATER THAN 12:00 P.M. NOON (CDT) ON 19 August 2019. Direct all questions concerning this requirement to Anthony Saporito at anthony.saporito.1@us.af.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »