Maryland Bids > Bid Detail

NAWCAD WOLF VULOS 20W Antenna

Agency:
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159710472229856
Posted Date: Mar 5, 2024
Due Date: Mar 19, 2024
Source: https://sam.gov/opp/46e49c63a4...
Follow
NAWCAD WOLF VULOS 20W Antenna
Active
Contract Opportunity
Notice ID
N6833524RFI0146
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 05, 2024 08:26 am EST
  • Original Response Date: Mar 19, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    Saint Inigoes , MD
    USA
Description

Request for Information (RFI)



VULOS 20W Antenna



Naval Air Warfare Center Aircraft Division



Webster Outlying Field





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) Webster Outlying Field (WOLF) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf (COTS) 30-512Mhz Very High Frequency (VHF) Ultra High Frequency (UHF) Line Of Sight (VULOS) antenna, capable of accepting 20W input power from a radio source. The VULOS antenna needs to provide gain across the entire 30-512Mhz frequency and be lightweight, foldable or have a packable scheme. The VULOS antenna must include a stand or mount that allows the antenna to function in a fixed position.





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.






  • List of Certifications/Standards/Compliances (Military Standards, etc.)

  • Operation

    • Minimum and maximum operating and storage temperatures (in Fahrenheit)

    • Humidity range in relative humidity (operating & non-operating)



  • Features

    • Dimensions (height x width x depth)

    • Weight (lbs)

    • Shipping restrictions

    • Environmental conditions

      • Ruggedization features and standards

      • Case construction for transportability



    • Antenna Connector

    • Gain

    • VSWR

    • Fault Reporting








  • Other information

    • Total quantity of units sold to date

    • Date of delivery of the first unit

    • Date of delivery of most recent unit

    • Basic and extended warranty information

    • Time to production








  • 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 may not be returned. Respondents may 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 System for Award Management (SAM) website: www.sam.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 lauren.a.clemmens.civ@us.navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 19 March 2024, 4:00 P.M. EST.





Responses to this RFI may not be returned. Respondents may not be notified of the result of the review. If a solicitation is released, it will be synopsized on the SAM website: www.sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.




Attachments/Links
Contact Information
Contracting Office Address
  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 05, 2024 08:26 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >