Inactive
Notice ID:N68335-19-RFI-0290
RFI Number: N68335-19-RFI-0290 Classification Code: 5895; Miscellaneous Communication Equipment NAICS Code(s): 334220; Radio and Television Broadcasting and Wireless Communications Equipment Manufactu...
RFI Number: N68335-19-RFI-0290 Classification Code: 5895; Miscellaneous Communication 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) tactical wideband radio network extender. It will support audio and data communications. The tactical wideband network extender will need to be a small form factor device. The network extender will be used to provide secure communication, using Type 3 AES 256 Encryption, and must be interoperable with Harris Corporation's AN/PRC 117G and AN/PRC 152A radios. The network extenders will be used with legacy and Next-Gen Hand-Held (NGHH) radios operating in Adaptive Networking Wideband Waveform (ANW2C) mode. Additionally, the network extenders will need to be used as "leave behind" devices without worry of a Communications Security (COMSEC) incident. 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: 1. List of Certifications or Standards 2. Time to Production 3. Frequency Range 4. Battery type, battery size, and battery life 5. Bandwidth and associated throughput (megabits per second (Mbps)) 6. Form factor/SWAP/ Dimensions and weight 7. Maximum nodes on the network; If not defined, then the percentage of maximum available bandwidth consumed by overhead management/discovery/path selection traffic at 200 nodes 8. Encryption capability (include any NSA or FIPS approvals/certifications) 9. Input/output interfaces (hard-wired and wireless) 10. Method of configuration (front panel or external device such as a PC) 11. Ease of Operation and any included network management tools 12. Methods to perform manual override of channel and power assignment 13. Operational limitations and characteristics in different environments (open sea, farm, forest, suburban, and dense urban) 14. Data at Rest capabilities (capacity, storage method, encryption capabilities, etc.) 15. Embedded capabilities of the radio such as voice encoding, video encoding, Wi-Fi access point, etc. 16. Maximum hop count 17. RF Waveforms and DSP techniques 18. Channel Access methods 19. Low Probability of Intercept or Low Probability of Detection capabilities and characteristics 20. Latency, node to node operation (nonencrypted and encrypted, if different) 21. Latency in a >20 node network, node to node 22. Ancillary equipment used to overcome line-of-site limitations resulting from dense urban environments 23. Total quantity of units sold to date 24. Date of delivery of the first unit 25. Date of delivery of most recent unit 26. Basic and extended warranty information 27. Status of JF-12 (DD Form 1494) Certification, whether pending or final. • 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 Kelly.gray1@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 13 May 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.