AIR- 4.11 High Frequency Antenna and Ten-Meter Antenna Mast
Request for Information (RFI) High Frequency (HF) Antenna and Ten-Meter (10M) Antenna Mast Special Communications Mission Solutions (SCMS) Naval Air Warfare Center Aircraft Division __________________... Request for Information (RFI) High Frequency (HF) Antenna and Ten-Meter (10M) Antenna Mast Special Communications Mission Solutions (SCMS) Naval Air Warfare Center Aircraft Division ______________________________________________________________________________ RFI Number: N68335-19-RFI-0249 Classification Code: 5985; Antennas, waveguides, and related equipment 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) High Frequency (HF) antenna, T-bar antenna adapter, and a deployable 10M antenna mast. The HF antenna is required to meet MIL-STD 810G and allow for communications through Near Vertical Incident Skywave (NVIS), Omnidirectional, and Directional that cover short (0-150 km), medium (150-800 km), and long range (800+ km) communication anywhere in the world. Portability balanced with a high gain is desired. The 10M antenna mast will be field deployed and is required to withstand hurricane force winds (70 miles per hour). A T-bar style adapter for the 10M mast is required to mount the various antennas utilized in the RIS Family of Systems (FoS) to the antenna mast. All the equipment will be subjected to extreme cold or heat, and desert or tropical conditions, including mobile/vehicular transportation over rough terrain. 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). • Country of origin for main component(s) 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: ? Product specification, sketches, or listings of authorized distributors are not to count as part of the page count. Respondents are requested to provide Rack Mount Power Supply details specifically addressing the technical data identified below: 1. HF Antenna 1.1. Time to production 1.2. Operation 1.2.1. Frequency Range in Megahertz (MHz) 1.2.2. Transmit Voltage Standing Wave Ratio (VSWR) 1.2.3. Polarization orientation (e.g., right hand circular, left hand circular) 1.2.4. Constant Wattage (CW) in number of watts 1.2.5. Axel ratio in decibels (dB) 1.2.6. Gain in Decibel Isotropic (dBi) and MHz 1.2.7. Minimum Radio Frequency (RF) Input Power in dBi 1.2.8. Supported antenna configuration types (NVIS, 3G ALE, etc.) 1.3. Features 1.3.1. Time to deploy antenna in minutes 1.3.2. Connector types 1.3.3. Wind load resistance in miles per hour (MPH) 1.3.4. Retracted and deployed dimensions (feet, inches) 1.3.5. Weight in lbs. 1.3.6. Operating and storage temperatures in Celsius 1.3.7. Mounting Type 1.3.8. Items included with antenna (resistors, baluns, length of wire, etc.) 1.4. Mean time between failures 2. 10M Antenna Mast and T-Bar Adapter 2.1. Time to production 2.2. Operation 2.3. Features 2.3.1. Mast material 2.3.2. Antenna compatibility 2.3.3. Wind load resistance in miles per hour (MPH) 2.3.4. Weight in lbs. 2.3.5. Retracted and deployed dimensions (feet, inches) 2.3.6. Top and bottom diameter 2.3.7. Number of segments 2.3.8. Operating and storage temperatures in Celsius 2.3.9. Method of deploying mast 2.3.10. Items included with mast (anchors, storage bag, etc.) 2.3.10.1. T-Bar adapter 2.4. Mean time between failures • 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 shara.ruth@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 9 April 2019, 11:00 A.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 »