AIR-4.11 GLOBAL POSITIONING SYSTEM (GPS) SPLITTER AND ANTENNA
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... 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) GPS RF signal distribution amplifier (splitter) and antenna. The GPS splitter must take a single GPS radio frequency (RF) feed, using a single GPS antenna and cable, and split it for use by four devices. The GPS splitter and antenna must be able to receive and distribute RF signals received from the US GPS L1 (wideband) /L2. 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. Frequency ranges and GPS systems supported for both the splitter and the antenna, listed separately. 2. M-code and Selective Availability Anti-Spoofing Module (SAASM) capabilities 3. Input/output and power interfaces and connector types / options for both the splitter and the antenna (if active) 4. Total quantity of units sold to date for both the splitter and the antenna, listed separately. 5. Date of delivery of the first unit for both the splitter and the antenna, listed separately. 6. Date of delivery of most recent unit for both the splitter and the antenna, listed separately. 7. Basic and extended warranty information for both the splitter and the antenna, listed separately. 8. Typical lead time for delivery for both the splitter and the antenna, listed separately. 9. Available gain options for both the splitter and the antenna (if active), listed separately. 10. Available impedance and maximum Voltage Standing Wave Ratio (VSWR) for both the splitter and the antenna, listed separately. 11. One dB compression point for the splitter and the antenna (if active), listed separately. 12. Third-order intercept point for the splitter and the antenna (if active), listed separately. Include gain information. 13. Gain flatness for both the splitter and antenna, listed separately. 14. Noise figure for both the splitter and antenna, listed separately. 15. Maximum RF input without damage for both the splitter and antenna, listed separately. 16. Port-to-port characteristics for the splitter (level, phase, delay, isolation) 17. List of certifications and standards for both the splitter and antenna, listed separately. 18. Power requirement (voltage and current) for both the splitter and antenna (if active), listed separately. 19. Connector options (type and orientation) for the splitter and antenna, listed separately. 20. Operating and storage temperatures for both the splitter and antenna, listed separately. 21. Relative humidity range (operating & storage) for both the splitter and antenna, listed separately. 22. Description of any special features or capabilities 23. Dimensions (height x width x depth) for both the splitter and antenna, listed separately. Weight in lbs. for both the splitter and antenna, listed separately. Safety protections (over voltage, over current, over temperature, etc) Mounting details (application is ground vehicle) for both the splitter and antenna, listed separately. Specify any ground plane requirements for the antenna. · 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 ten (10) 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 sarah.lowell@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 25 March 2019, 5:00 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 »