Radio Frequency Power Amplifier and Ancillary
RFI Number: N68335-19-RFI-0213 Classification Code: 5820 - Radio and Television Communication Equipment, Except Airborne NAICS Code(s): 334220 - Radio and Television Broadcasting and Wireless Communic... RFI Number: N68335-19-RFI-0213 Classification Code: 5820 - Radio and Television Communication Equipment, Except Airborne NAICS Code(s): 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - 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 an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the government is not at this time seeking proposals and will not accept unsolicited proposals. 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 party's expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communications Mission Solutions (SCMS) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf (COTS) solution for a vehicular communication system to include: a Radio Frequency (RF) power amplifier, automatic antenna coupler, control coupler cable, and whip antenna. These items are intended for the use with AN/PRC-150 transceivers and need to interface with Harris FALCON III systems. The power amplifier will need to automatically match up to a specified coupler and antenna with no operator intervention. The power amplifiers will need to increase the output of the FALCON II AN/PRC-150 transceiver to 125 Watts Peak Envelope Power (PEP)/Average. The antenna coupler shall directly interface with the Falcon II and III HF systems and use the STANAG-4538 Automatic Link Establishments (ALE) protocols. A control coupler cable is needed to relay a signal from the coupler to the receiver. The control coupler cable will need to operate with the AN/RPC-150 transceivers and the automatic antenna coupler. In addition, the whip antenna will need to connect to a vehicular amplifier or directly connect to the Harris AN/PRC-117G or AN/PRC-152A manpack radios and be interoperable with the FALCON III radios. All the equipment needs to fit into a carrying transit case, and all equipment shall be certified or designed to pass shock/vibration testing per the MIL-STD-810 test standard. RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: •Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. •Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum: •Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. •Respondents should provide a detailed description of the following characteristics of their solution in their submission: 1. Automatic Antenna Coupler 1.1. Antenna ports 1.2. Radio Frequency Input 1.3. Power requirements and specifications 1.4. Remote capability 1.5. Memory tuning time for the antenna coupler 1.6. Tuning capability and accuracy 1.7. Channel capability 1.8. Direct interfaces between systems 2. Vehicular Whip Antenna 2.1. Frequency Ranges and RF power amplification, or attenuation 2.2. Polarization 2.3. Impedance 2.4. Voltage Standing Wave Ratio 2.5. Gain 2.6. Additional features (connector types, ground plane, ports, and base type) 3. Power Amplifier 3.1. Frequency Ranges and RF power amplification, or attenuation 3.2. Modes of Operation 3.3. Power Input requirements 3.4. Power Output capability and adjustability 3.5. Radio Frequency Input / Output Impedance 3.6. Radio Frequency Drive Requirements 3.7. Intermodulation Distortion 3.8. Harmonic output 3.9. Self-test features 4. Control Coupler Cable 4.1. Minimum and maximum length 4.2. Impedance 4.3. Connector type 4.4. Systems supported 5. General - Environmental 5.1. Military and commercial environmental tests performed 5.2. Maximum immersion depth and duration 5.3. Minimum and maximum operating temperatures 5.4. Minimum and maximum storage temperatures 5.5. Protection features 6. General-Interfaces 6.1. Remote control features 6.2. Interfaces between systems 6.3. Interoperability with other accessories such as adapters and transit cases 7. General-Installation 7.1. Remote Capability 7.2. Size (weight and dimensions) 7.3. Color 7.4. Accessories and cables supplied •If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. •The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. •Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed fifteen (15) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s). The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail only to duane.hines@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 11 March 2019, 3:00 P.M. EST. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »